SOLICITATION NOTICE
34 -- PORTABLE LASER SURFACE PREPARATION SYSTEM
- Notice Date
- 1/11/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- Tobyhanna Depot Contracting Office (CECOM-CC), ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
- ZIP Code
- 18466-5100
- Solicitation Number
- W25G1V-10-R-0014
- Response Due
- 1/25/2010
- Archive Date
- 3/26/2010
- Point of Contact
- JANE ALLARDYCE, (570)615-7645
- E-Mail Address
-
Tobyhanna Depot Contracting Office (CECOM-CC)
(jane.allardyce@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-38. NAICS code is 339999, criteria of 500 Employees. Request for Proposal (RFP) number W25G1V-10-R-0014 applies. Simplified acquisition procedures at FAR Part 13.5 are being used. This action is pursued under full and open competition. Any resultant contract shall be Firm, Fixed-Price, one award. Tobyhanna Army Depot (TYAD), Tobyhanna PA, has a requirement to procure a Laser De-Coating System to include installation, shipping, delivery, and training. Delivery is FOB Destination, Tobyhanna Army Depot. The portable laser surface preparation system shall be used for the removal of paints, coatings and for conducting precise cleaning without damaging sensitive substrates. The system is to be used on metals such as steel, aluminum, copper, bronze, etc., but will also be used on other substrates such as stone, concrete, wood and plastics. The system will meet the requirements of the specification/Statement of Work provided at Attachment 1. PROPOSAL SUBMISSION. The pricing shall be filled out as follows: CLIN 0001: $_____________ One (1) EA Portable Laser Surface Preparation System to include shipping, delivery, installation, training, warranty and preventive maintenance. Installation services include hookup, testing and calibration as needed. Delivery and installation required six (6) months from date of receipt of award. CLIN 0002: OPTION YEAR 1 $_____________ One (1) EA Extended Warranty Package to include preventive maintenance for a one-year period to commence upon expiration of initial warranty period. CLIN 0003: OPTION YEAR 2 $_____________ One (1) EA Extended Warranty Package to include preventive maintenance for a one-year period to commence upon expiration of Option Year 1. CLIN 0004: OPTION YEAR 3 $______________One (1) EA Extended Warranty Package to include preventive maintenance for a one-year period to commence upon expiration of Option Year 2. CLIN 0005: OPTION YEAR 4 $____________ One (1) EA Extended Warranty Package to include preventive maintenance for a one-year period to commence upon expiration of Option Year 3. TECHNICAL/PAST PERFORMANCE: Offeror shall provide manufacturers technical specifications for the laser system proposed and proposed delivery schedule. Past performance information shall also be provided pertaining to three examples of same or similar systems of equal value provided and installed within the past three (3) years to include customer name, phone number/e-mail, dollar value of contract and required/actual delivery. PROPOSAL REQUIREMENTS: Pricing must be provided for all CLINs. Offerors must address delivery requirements. To receive an award, the company must be registered in the Central Contractor Registration (CCR) https://www.bpn.gov/. Parties interested in responding to RFP shall complete a Standard Form (SF) 1449 (available at http://www.forms.gov), blocks 5, 12, 17a, 17b (as appropriate), 19 thru 24, 30a, b, and c. The offer must be signed by a company official authorized to contractually bind the company. Proposals shall include the completed full text provision FAR 52.209-5, Certification Regarding Responsibility Matters, FAR 52.212-3 ALT I (Offeror Representations and Certifications Commercial Services), completely filled out, as well as DFARS 252.212-7000, Offeror Representations and CertificationsCommercial Items. Full text clauses (FAR and DFARS) may be found at http://farsite.hill.af.mil/; or http://www.arnet.gov. Supporting documentation must be submitted in order for your offer to be considered. See Technical/Past Performance paragraph above regarding submission of technical documentation and examples of past performance. It is recommended the completed SF1449 be faxed (570/615-7525) or a signed, scanned SF1449 can be sent electronically to jane.allardyce@us.army.mil. Offeror must hold prices firm for 60 calendar days from the date specified for receipt of offers which is 4:00 P.M. LOCAL 25 JANUARY 2010. Offers or modifications to offers received at the address specified for the receipt of offers after the exact time specified may not be considered. The offeror will be required in award to comply with TYAD local clauses for payment under 52.000-4956, Wide Area Workflow System, which will be included in any resultant contract. TYAD Local Clauses are included at ATTACHMENT 2 of this combined synopsis/solicitation. Any amendments issued to this solicitation will be synopsized in the same manner as this solicitation. APPLICABLE FAR CLAUSES: 52.203-11 Certification and Disclosure Regarding Payments to influence Certain Federal Transaction; 52.209-6 Protecting The Governments Interest when Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-1 Instructions to Offerors Commercial Items, With Addendum; 52.212-2 EVALUATION COMMERCIAL ITEMS fill in (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical evaluation will be pass/fail based on review of information submitted by offeror; Past Performance will be rated as to relevancy and quality of product and related services. Price is more important than past performance. Award may not necessarily be made to the firm who submits the lowest proposal. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of offers shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-4 Contract terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, which includes the following: (X) (b) 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate 1; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219.8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child LaborCooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.223-15, Energy Efficiency in Energy Consuming Products. 52.215-5 Facsimile Proposals (FAX Number: 570/615-7525); 52.217-4 Evaluation of Options Exercised at Time of Contract Award; 52.217-7 Option for Increased QuantitySeparately Priced Line Item; 52.219-9 Small Business Subcontracting Plan; 52.223-3 Hazardous Material Identification and Material Safety Data; 52.223-5 Pollution Prevention and Right-to-Know Information; 52.223-11 Ozone-Depleting Substances; 52.225-13 Restrictions on Certain Foreign Purchases; 52.227-1 Authorization and Consent; 52.227-2 Notice and Assistance regarding Patent and Copyright Infringement; 52.228-5 InsuranceWork on a Government Installation, Liability: workers compensation $100,000, bodily injury $500,000 per occurrence, Automobile Liability insurance $200,000 per person and $500,000 per occurrence for Bodily Injury, $20,000 per occurrence for property damage; 52.229-4 Federal State and Local Taxes; 52.233-2 Service Protest; 52.233-3 Protest After Award; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.242-13 Bankruptcy; 52.243-1 ChangesFixed Price; 52.246-2 Inspection of Supplies; 52.246-4 Inspection of Services; 52.247-34 F.O.B. Destination; 52.252-1 Solicitation Provisions Incorporated Reference; 52.252-2 Clauses Incorporated by Reference APPLICABLE DFARS CLAUSES: 252.201-7000 Contracting Officers Representative; 252.204-7004 Alt A Central Contractor Registration; 252.204-7006 Billing Instructions; 252.211-7003 Item Identification and Valuation 252.211-7007 Item Unique Identification of Government Property 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, (X) 52.203-3 Gratuities; 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7021 Trade Agreements; 252.227-7015 Technical DataCommercial Items; 252.227-7037 Validation of Restrictive Markings on Technical Data; 252.232-7003 Electronic Submission of Payment Request and Receiving Reports; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea; 252.247-7024 Notification of Transportation of Supplies by Sea. 252.219-7003 Small, SDB, and Women-Owned Small Business Subcontracting Plan (DoD Contracts); 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7013 Duty-Free Entry; 252.225-7020 Trade Agreements Certificate; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing of Contract Modifications; 252.246-7000 Material and Receiving Reports
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/719b4de744835e594fec36083e92043b)
- Place of Performance
- Address: Tobyhanna Depot Contracting Office (CECOM-CC) ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard Tobyhanna PA
- Zip Code: 18466-5100
- Zip Code: 18466-5100
- Record
- SN02039249-W 20100113/100111234502-719b4de744835e594fec36083e92043b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |