SOLICITATION NOTICE
52 -- Compression Tester
- Notice Date
- 6/25/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-10-T-0241
- Response Due
- 7/21/2010
- Archive Date
- 8/20/2010
- Point of Contact
- Jeremy Phillips, Contract Specialist, (973)724-3050
- E-Mail Address
-
Jeremy Phillips
(jeremy.phillips6@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This Request for Quotation (RFQ), W15QKN-10-T-0241, constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. A quotation is hereby requested. The solicitation document and incorporated provisions/clauses are those in effect on 9/17/08 through Federal Acquisition Circular 2005.This Request for Quotation is a total small business set aside. NAICS Code 333912, Size Std. 500 Employees Requirements - The following minimum requirements shall be met by the compression tester being purchased.a. Shall have a force rating of at least 5,000 lbs.b. Shall be capable of performing a constant rate test and a constant load test.c. Shall have a loading area/platen with dimensions ranging from 30 to 40 inches in width and 40 to 50 inches in length.d. Shall have an opening test height of at least 42 to test a package.e. The loading platens shall be capable of being either fixed or floating.f. Shall be mounted on a test stand that is at least 30 inches tall.g. Shall be powered by a single phase 110V plug/outlet. h. Shall be easy for the operator to use. No complex programming or calculations required for each test setup. i. Shall be capable of being connected to a computer via a serial port and also include software that can generate compression curves for the test being performed. Example: (Force vs. Deflection for a constant rate test and Force/Deflection vs. Time for a constant load test)j. Shall be able to fit the entire compression tester thru a 70 wide by 82 high doorway.k. Shall be calibrated in accordance with ASTM E4. Item 0001Compression Tester Qty 1Unit Price $__________ Amount $_________ Item 0002 TrainingQty 1Unit Price $__________ Amount $_________ The contractor shall provide installation and training services within 4 weeks of delivery. Installation will include any assembly that is required. Installation will also demonstrate system performance and safety. Training shall be for up to 10 participants for a 1 day span for no more than 4 hours. A detailed training schedule will be coordinated after contract award between the Government Contracting Officer Representative (COR) and Contractor. Item 0003 Maintenance & Calibration StandardQty 1Unit Price $__________ Amount $_________ Item 0004 Contractor Manpower ReportingQty 1 Unit Price$__________Amount $_________ The contractor shall include a preventative maintenance and calibration service for a minimum of 4 years for the compression tester. The system shall be calibrated IAW ASTM E4 standards. The first calibration will be done after installation of the equipment and subsequent calibrations shall be performed at 12 month intervals not to exceed 48 months total. TOTAL PROPOSED PRICE $________________ Schedule The equipment shall be delivered within 12 weeks of contract award. Installation services and a training seminar/demonstration shall begin within four (4) weeks after delivery and setup. A detailed training schedule shall be developed between Government Contracting Officer Representative (COR) and Contractor after contract award. Deliverables - The contractor shall provide the following deliverables to ARDEC at the end of the contract: Compression Tester; Training Services & Maintenance and Calibration Standard. Deliveries shall be made to Bldg. 403, Picatinny, NJ 07806. The contractor will not be responsible for the installation of the delivered equipment. Contracting Officers Representative (COR): Steven Sicoli US Army ARDEC LRED, Packaging Division, B.455 Picatinny, NJ 07806 Attn: AMSRD-AAR-AIL-P Email: steven.sicoli@us.army.mil Telephone (973)724-2156 FAX (973)724-6670 Alternate Contracting Officers Representative (ACOR): Robert Kim US Army ARDEC LRED, Packaging Division, B.455 Picatinny, NJ 07806 Attn: AMSRD-AAR-EIL-P Email: robert.m.kim@us.army.mil Telephone (973)724-7235 FAX (973)724-6670 Attachments - Performance Requirements Summary/Quality Assurance Surveillance PlanPERFORMANCE REQUIREMENTS SUMMARY/QUALITY ASSURANCE SURVEILLANCE PLANPerformance RequirementPerformanceMeasurePerformance StandardAcceptable Performance Level(APL)Method of SurveillanceCompliance (Exceeded, Met or Partially Met3.1 Station CapabilitiesQuality Completeness All materials shall be state of the art and contain no defects. All station requirements shall be met as stated.No Deviation No DeviationCOR3.6 Training Timeliness Completeness QualityTraining shall be provided with 4 weeks after delivery and setup. The contractor shall train 8 employees, one day. Contractor shall ensure all trainees are fully competent in the station operationsNTE 4.5 weeks No Deviation No DeviationCOR ACCOUNTING FOR CONTRACT SERVICE The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://contractormanpower.army.pentagon.mil. The required information includes: Contracting Office, Contracting Officer, Contracting Officers Technical Representative; Contract number, including task and delivery order number; Beginning and ending dates covered by reporting period; Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; Estimated direct labor hours (including sub-contractors); Estimated direst labor dollars paid this reporting period (including subcontractors); Total payments (including sub-contractors); Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); Estimated data collection cost; Organizational title Associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information) ; Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); Presence of deployment or contingency contract language; and Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). c. As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct Extensible Markup Language (XML) data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. Terms: FOB Destination Inspection and acceptance shall be performed by the Government Contracting Officers Representative (COR) at ARDEC, Picatinny Arsenal, NJ 07806-5000, via a DD Form 250. The following Federal Acquisition Regulation (FAR) and Defense FAR (DFAR) Provisions/Clauses are applicable and are incorporated by reference:FAR: 52.212-1, 52.212-2, 52.212-3 Alt I, 52.212-4 & 52.212-5 (DEV), 52.219-1, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-42, 52.225-3 Alternate II (Jan 2004), 52.225-13, 52.232-33 and 52.252-2DFAR: 252.201-7000, 252.203-7000, 252.204-7004, 252.211-7003, 252.212-7001, 252.225-7000, 252.225-7001 and 252.225-7002, 252.211-7003, 252.232-7003ARDEC 25, Commercial Packaging ACCEPTANCE (ARDEC 30)-[ ] Acceptance will be at the Contractor's plant. [X] Acceptance will be at destination. GOVERNMENT PROCUREMENT QUALITY ASSURANCE ACTIONS (ARDEC 31)-Government Procurement Quality Assurance (PQA) actions will be accomplished by the Governments authorized Quality Assurance Representative (QAR) at: [ ] Contractors Plant [X] Destination [ ] Other: The Contractor's plant except for tests conducted at a Government Facility or Proving Ground DELIVERIES TO TACOM-ARDEC 46- Trucks shall deliver Monday through Thursday, excluding holidays, between the hours of 7:30 A.M. and 2:00 P.M. Enter through the truck entrance and report to the Scale House for further assistance. Schedule shipments with TACOM- ARDEC receiving personnel before delivery at telephone number (973) 724-4234 or 3384. Failure to schedule delivery could result in delay of off-loading. If you cannot deliver by the contract/purchase order delivery date, you will notify the Contract Specialist cited on DD Form 1155, SF33 or SF18 for disposition instructions. PAYMENT (ARDEC 59)-Payment shall be made to the remit-to address shown on the invoice as authorized by the contractor. 5152.232-4001 Army Electronic Invoicing Instructions (Feb 2006) (JM&L 182) Contractor shall submit payment request using the following method(s) as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. [X] Wide Area Workflow (WAWF) (see instructions below) [ ] Web Invoicing System (WInS) (https://ecweb.dfas.mil) [ ] American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats (http://www.X12.org and http://www.dfas.mil/ecedi) [ ] Other (please specify) _______________________ DFAS POC and Phone: _________________________ WAWF is the preferred method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors electing to use WAWF shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. WAWF Instructions: Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) ---SEE BLOCK 15 OF PAGE 1. Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. The following codes and information will be required to assure successful flow of WAWF documents. TYPE OF DOCUMENT [check as appropriate] [ ] Commercial Item Financing [ ] Construction Invoice (Contractor Only) [ ] Invoice (Contractor Only) [X] Invoice and receiving Report (COMBO) [ ] Invoice as 2-in-1 (Services only) [ ] Performance Based Payment (Government Only) [ ] Progress Payment (Government Only) [ ] Cost Voucher (Government Only) [ ] Receiving Report (Government Only) [ ] Receiving Report with Unique Identification (UID) Data (Government Only)UID is a new globally unique part identifier containing data elements used to track DOD parts through their life cycle. [ ] Summary Cost Voucher (Government Only) CAGE CODE: ________________ ISSUE BY DODAAC: ___W15QKN_____________ ADMIN BY DODAAC: ___W15QKN_____________ INSPECT BY DODAAC: __W15QKN______________ ACCEPT BY DODAAC: ___W15QKN_____________ SHIP TO DODAAC: ____W15QKN____________ LOCAL PROCESSING OFFICE DODAAC: ________________ PAYMENT OFFICE FISCAL STATION CODE: ________________ EMAIL POINTS OF CONTACT LISTING: ________________ INSPECTOR: __GOVERNMENT______________ ACCEPTOR: __GOVERNMENT______________ RECEIVING OFFICE POC: __TO BE DETERMINED ON PER CALL ORDER______ CONTRACT ADMINISTRATOR: __JM&L CONTRACTING CENTER______________ CONTRACTING OFFICER: __Fakera Nazneen, Fakera.Nazneen@us.army.mil, 973-724-8424_ ADDITIONAL CONTACT: _Jeremy Phillips, jeremy.phillips6@us.army.mil, 973-724-3050__ For more information contact: _____________________________ Level 1 Anti Terrorist Awareness Training Requirements for Contractor Employees (JM&L 196) November 2009 (a) All contractor employees requiring access to any Federally-controlled facility and logical access to Federally controlled information systems except for national security systems as defined by 44 U.S.C. 3542(b)(2), should be certified in Level 1 Anti Terrorism Training. The training is accessible from any computer with access to the World Wide Web and is available at https:/atlevel1.dtic.mil/at. The contractor is responsible for ensuring that the training has been satisfactorily completed and that valid certificates of completion have been submitted to the Contracting Officers Representative (COR) with a copy furnished to the Contracting Officer. The Certificates are valid for one year, therefore, training shall be completed every year for the duration of the contract. (b) The term Federally-controlled facility is defined as:(1) Federally-owned buildings or leased space, whether for single or multi-tenant occupancy, and its grounds and approaches, all or any portion of which is under the jurisdiction, custody or control of a department or agency; (2) Federally-controlled commercial space shared with non-government tenants. For example, if a department or agency leased the 10th floor of a commercial building, the Directive applies to the 10th floor only; (3) Government-owned, contractor-operated facilities, including laboratories engaged in national defense research and production activities; and (4) Facilities under a management and operating contract, such as for the operation, maintenance, or support of a Government-owned or Government-controlled research, development, special production, or testing establishment. (c) The term Federally-controlled information system means an information system (44 U.S.C. 3502(8) used or operated by a Federal agency, or a contractor or other organization on behalf of the agency (44 U.S.C. 3544(a)(d) The term "contractor employee" includes employees, agents, students or student interns, or representatives and all employees, agents or representatives of all subcontractors and suppliers. (end of clause) IDENTIFICATION OF CONTRACTOR EMPLOYEES (ARDEC 68) (DEC 05)- This requirement is only applicable to contractor employees working on Picatinny Arsenal. 1.All contractor employees (which includes students utilized in the performance of the contract) working on the U.S. Army installation, Picatinny Arsenal in the State of New Jersey, in connection with this contract, shall conform to all applicable federal or state laws, and published rules and regulations of the Departments of Defense and Army, as well as any applicable regulations promulgated by TACOM-ARDEC and/or Picatinny Arsenal, including but not limited to traffic regulations. Additionally, all contractor employees working on classified contracts shall comply with the requirements of the National Industrial Security Program (NISPOM) and Army Regulation 380-5, Department of the Army Information Security Program. The term "contractor employee" includes employees, agents, students or student interns, or representatives and all employees, agents or representatives of all subcontractors and suppliers. Contractors are responsible for obtaining/returning identification badges /passes and vehicle decals/passes for each contractor employee who will work on the contract or enter Picatinny Arsenal. The badges/passes/decals are required for the term of the contract until completion or until release of the employee. a. To obtain proper identification, contractor employees requiring recurring access (more than 90 days), must complete an application identification form (SMCAR 3058) for access to the installation. The form can be obtained from the Contracting Officer (CO) or Contracting Officer Representative (COR). The form must be signed by the CO or COR and also identify the contract number and expiration date before the badge can be issued. This form is brought to the Security Division, Badge and Identification Section, Building 1136 for processing of proper identification required per terms of the contract. Contractors requiring access for less than 90 days will be required to obtain a pass (Visitor Registration Form) from the Visitor Control Center. Passes will be issued for dates access is required, not to exceed 90 days. The CO or COR must complete the Visitor Registration Form applications on the PICAWEB prior to the contractor employee arriving at Picatinny Arsenal. b. For the performance of this contract, the contractor shall utilize only employees who are U.S. Citizens or lawfully admitted and employed non-citizens. c. The contract will not take effect until the contractor certifies, in writing, that all personnel utilized in the performance of this contract have been, or will be verified to be lawfully employable in the United States, and that the contractor has or will complete a criminal background check before an individual is utilized in performance of this contract. i.Lawful employability will be verified by means of Employment Eligibility Form, INS Form I-9(if applicable), or by other applicable INS documentation approved for a specific non-citizen status. ii.The criminal background check will establish that neither the Contractor, nor individual's state or nation of permanent residence has any record or credible information that the individual has a "criminal history". In this context, "criminal history" will be defined as adjudicated guilt or pending adjudication of a crime as defined under New Jersey law or equivalent offense under the applicable laws of another jurisdiction. If the contractor has doubt about the applicability of an offense to this definition, the circumstances must be reported to TACOM-ARDEC Security for adjudication of the individual's employability." d. Any delay in the furnishing of the above, including any delay in the obtaining of the background check, is at the sole risk of the contractor and will not be the basis of any equitable adjustment or other change to the contract. e. The contractor shall utilize only qualified, responsible, and capable employees in the performance of the work on the contract. The Contractor shall not employ persons for contract work to be conducted on the installation who have criminal history. The Contracting Officer will require that the contractor remove from performance of work, employees who have a criminal history, endanger persons or property, or whose continued employment under this contract is inconsistent with the interests of military security. Additionally, the TACOM-ARDEC Commander may bar such employees from the installation. f. The identification badge or pass issued to each employee of the contractor is for his own use only. Misuse of the badge or pass, such as permitting others to use it will result in criminal charges under Title 18 USC 499 and 701; and barring the employee from Picatinny Arsenal. Should the employee lose the badge or pass, the contractor may be charged for the cost of re-issuance of the badge or pass. Additionally, the employee and the contractor must submit a sworn affidavit as to the circumstances of the loss before a new badge or pass is issued. g. Fingerprinting of employee and any other procedure deemed necessary for the security of Picatinny Arsenal may be required at the discretion of Picatinny Security. All Contractor personnel requiring access to the Picatinny ADP system are required to have a National Agency check. h.Permission to use photographic capable cell phones on Army installations must be requested through proper security channels. No Portable Electronic Devices (PED) devices will be used in an area where classified information is discussed or electronically processed. Currently, all (to include personally owned) photographic capable devices will not be brought onto the Picatinny Arsenal installation nor used by personnel on Army installations as a photographic device without proper authority granted by the Security Office. If an individual is seen using one of these phones as a photographic device, the phone will be confiscated and turned in to the Security Office IAW AR 190-13, Para 6-6a(1). All images on the phone will be removed, and the individual will be allowed to pickup his/her phone at the end of the day from the Security Office. This policy applies to all military personnel, government civilians, contractors, and visitors. 2.All contractor employees, while on the premises at Picatinny Arsenal, shall continually wear the badge, obtained pursuant to paragraph 1 above. The badge shall be worn so as to be visible to others at all times. Individuals issued passes will have on their person the pass. Passes will be presented upon request by Security personnel or other government official charged with security of the area. 3.All contractor employees meeting with Government employees or attending meetings at Picatinny, shall, at the beginning of the meeting, announce to all other attendees that they are contractor employees, employed by (Name of Contractor's name/address), and the name of all other companies or individuals that currently employs them or that the contractor employee currently represents. In addition, contractor employees shall wear a visible badge that displays their company's name. If a visiting contractor is working on a classified contract his/her visit request with security clearance information must be approved by the TACOM-ARDEC Industrial Security Division, where it will be held on file. Government employees hosting meetings will verify the contractor employee's security clearance information is on file in the TACOM-ARDEC Security Division prior to contractor access to classified information. 4. When the contract number under which the badge / pass was obtained is completed (date of last delivery or performance of last service, termination of the contract or release of the employee) including any exercise of an option pursuant to the terms of the contract, the contractor shall return the badges / passes for all of their employees to Picatinny Security and obtain a receipt for each within (3) three business days. Identification cards, Computer Access Cards and computer accounts must be surrendered to ARDEC - Security upon completion of the contract or an employee's termination during the life of the contract. 5. Failure to comply with the requirements of paragraph 4 will be grounds for withholding any funds due the contractor until completion of the requirement, notwithstanding any other clause or requirements in the contract. Failure to comply may also be used as an adverse factor with respect to contractor past performance in connection with award of future contracts to the firm. 6. If the contractor obtains a new or follow-on contract for work at Picatinny Arsenal, he shall obtain new badges / passes for each of his employees indicating the new or follow-on contract number and comply with the applicable provisions of the follow-on contract which cover the subject matter of this Clause. This paragraph does not apply to the exercise of an option. 7. The contractor and each contractor employee working on Picatinny Arsenal shall sign a Non-disclosure Agreement on their company's letterhead prior to commencing work under the contract or obtaining the badges / passes required by paragraph 1 above. There will be one Non-disclosure Agreement for each employee. The Non-disclosure Agreement shall be in the format indicated below. 8. The COR has the responsibility to assure contractors comply with the provisions of this clause. The COR/Government Point of Contact (POC) shall coordinate the contractor's obtaining and returning of badges / passes and signature of the Non-disclosure Agreement. The contractor shall furnish, before initiating work under the contract, the COR/Government POC two (2) copies of each fully completed, signed, SMCAR 3058 and non-disclosure statement for each contractor employee. One copy shall be maintained in the COR/Government POC file. The COR/Government POC shall furnish the other copy to the Contracting Officer for inclusion in the official contract file. 9. Contractor Employees having a mission related need to use a camera any place on the Installation will submit a request for camera pass in accordance with ARDEC Regulation 190-4, to the Contracting Officer Representative (COR) of the contract and obtain a camera pass by the Chief of Police prior to bringing a camera onto the installation. 10. Before any contractor employee can be given access to "non- public information" (as defined below) there must be a signed, written agreement between the recipient contractor/contractor employee and the owner of the non-public information. A copy of the agreement will be made a part of the contract file. FORMAT FOR NON-DISCLOSURE AGREEMENTI, ____________________, an employee and authorized representative of ___________________________________________________________, aContractor providing support services to Picatinny Arsenal or its tenants (hereinafter PICATINNY), and likely to have access to nonpublic information (hereinafter RECIPIENT), under contract number ______________________, agrees to and promises the following:WHEREAS RECEIPIENT is engaged in delivery support services to PICATINNY under contract; andWHEREAS, It is the intention of PICATINNY to protect and prevent unauthorized access to and disclosure of nonpublic information to anyone other than employees of the United States Government who have a need to know; and, WHEREAS, PICATINNY acknowledges that RECIPIENT will from time to time have or require access to such nonpublic information in the course of delivering the contract services; and,WHEREAS, RECIPIENT may be given or other have access to nonpublic information while providing such services; and,WHEREAS, "nonpublic information" includes, but is not limited to such information as: proprietary information (e.g., information submitted by a contractor marked as proprietary); advanced procurement information (e.g., future requirements, statements of work, and acquisition strategies); source selection information (e.g., bids before made public, source selection plans, and rankings of proposals); trade secrets and other confidential business information (e.g., confidential business information submitted by the contractor); attorney work product; information protected by the Privacy Act (e.g., social security numbers, home addresses and telephone numbers); and other sensitive information that would not be released by Picatinny under the Freedom of Information Act (e.g., program, planning and budgeting system information);NOW THEREFORE, RECIPIENT agrees to and promises as follows:RECIPIENT shall not seek access to nonpublic information beyond what is required for the performance of the support services contract; RECIPIENT will ensure that his or her status as a contractor employee is known when seeking access to and receiving such nonpublic information of Government employees; As to any nonpublic information to which RECIPIENT has or is given access, RECIPIENT shall not use or disclose such information for any purpose other than providing the contract support services, and will not use or disclose the information to any unauthorized person or entity for personal, commercial, or any unauthorized purposes; and If RECIPIENT becomes aware of any improper release or disclosure of such nonpublic information, RECIPIENT will advise the contracting officer in writing as soon as possible. The RECIPIENT agrees to return any nonpublic information given to him or her pursuant to this agreement, including any transcriptions by RECIPIENT of nonpublic information to which RECIPIENT was given access, if not already destroyed, when RECIPIENT no longer performs work under the contract. RECIPIENT understands that any unauthorized use, release or disclosure of nonpublic information in violation of this Agreement will subject the RECIPIENT and the RECIPIENT's employer to administrative, civil or criminal remedies as may be authorized by law.RECIPIENT: _____________________________ (signature)PRINTED NAME: _________________________TITLE: __________________________________EMPLOYER: ______________________________ The Government intends to evaluate and award without discussion. However, the right to do so is reserved. Evaluation Criteria: Contract award will be made on the basis of Technical, and Price. The Government plans award of a single contract as a result of this solicitation. The evaluation of proposals shall be conducted on a source selection basis utilizing a "Technically acceptable, Low Price" process. Selection of an offeror for award will be based on an evaluation of proposals in the Areas of Technical, and Price. Selection of the successful offeror shall be made following an assessment of each proposal against the solicitation requirements and the criteria below. The criteria contained herein shall be used to evaluate and assess the information provided by the offerors in response to the information called for in the proposal submission instructions. The Government will evaluate each proposal strictly in accordance with its content and will not assume that performance will include areas not specified in the offerors proposal. 1. Basis for Award Contract award will be made on the basis of Technical, and Price. The Government plans award of a single contract as a result of this solicitation. The evaluation of proposals shall be conducted on a source selection basis utilizing a "Technically acceptable, Low Price" process. Selection of an offeror for award will be based on an evaluation of proposals in the Areas of Technical, and Price. Selection of the successful offeror shall be made following an assessment of each proposal against the solicitation requirements and the criteria below. The criteria contained herein shall be used to evaluate and assess the information provided by the offerors in response to the information called for in the proposal submission instructions. The Government will evaluate each proposal strictly in accordance with its content and will not assume that performance will include areas not specified in the offerors proposal. 2. Rejection of Offers: The Government may reject any proposal which merely offers to perform work according to the RFQ terms or fails to present more than a statement indicating its capability to comply with the RFQ terms without sufficient support and elaboration. Fails to meaningfully respond to the Proposal Preparation Instructions. 3. Responsibility: Pursuant to FAR 9.103, Contracts will only be placed with contractors that the contracting officer determines to be responsible. Offerors must be able to demonstrate that they meet the standards of responsibility set forth in FAR 9.104. The Government reserves the right to reject an offer that does not meet the standards for responsibility. 4. Evaluation Criteria: a. The award of a contract will be made to that responsible offeror whose proposal offers the greatest value based on the evaluation of the following Areas: TechnicalPrice Relative Order of Importance: The Technical Area is an Acceptable or Unacceptable rating. Price will be evaluated for reasonableness in accordance with FAR 15.404(b). Price of all items will be added together to achieve one overall Price. Price is not scored. The Government plans award of a single contract as a result of this solicitation. The evaluation of proposals shall be conducted on a source selection basis utilizing a "Technically acceptable, Low Price" process. Selection of an offeror for award will be based on an evaluation of proposals in the Areas of Technical, and Price. b. Evaluation of Proposal Areas will be performed as follows: (1) Technical: The offerors technical portion of the proposal will be rated acceptable or unacceptable based on assessment to the stated minimum requirements. Proposals shall be so categorized as Acceptable or Unacceptable. These items are deemed critical to meet the Governments requirement. Any one of these requirements being rated Unacceptable, in any one area, and the proposal will not be considered any further. Minimum requirements See Compression Tester Requirements at beginning of this combination synopsis/solicitation. Training, Maintenance & Calibration Standard & Schedule requirements are also indicated above and are not repeated in the selection of offerors section. (2) Price: The price area will not receive a rating. Price of all extended Line Items 0001 0004 will be added together to achieve one overall Price. After determining which offers are technically acceptable, due consideration will be given to the relative order of importance set forth herein. The Government plans award of a single contract as a result of this solicitation. The evaluation of proposals shall be conducted on a source selection basis utilizing a "Technically acceptable, Low Price" process. Selection of an offeror for award will be based on an evaluation of proposals in the Areas of Technical, and Price. Notice of award, Std Form 1449, shall result in a binding contract without further action by either party. Warranty requirements shall be consistent with customary commercial practice(s). This purchase order will be rated C9E under the DPAS (15 CFR 700).Notify Government receiving personnel, Phone (973) 724-4234/3384, prior to shipment date to avoid delay in off-loading. Deliver compression tester within 12 weeks of contract award. Deliveries shall be made to ARDEC, Picatinny Arsenal, NJ via truck entrance through the scale house, between 7:30 AM 2PM, Monday through Thursday, excluding Holidays. A training seminar shall be provided within four (4) weeks after delivery. The successful offeror shall be registered in the Central Contractor Registration (CCR) in order to be awarded a contract as a result of this synopsis/solicitation. http://www.ccr.gov/Point of Contact: Mr. Jeremy Phillips, (973) 724-3050Send offers via electronic mail to jeremy.phillips6@us.army.mil on or before 12 July 2010. Confirmation of receipt of transmission by the Government by the date/time specified for receipt of quotation is the responsibility of the offeror. Contractor shall furnish quotes or published price lists obtained from subcontractor(s)/vendor(s), if applicable, to the Government with his/her offer and certifications. Offeror shall complete a copy of FAR 52.212-3 and return it with his/her offer (to be forwarded under separate cover and based upon request by contractor only). NOTE 1 - The proposed contract is 100% set aside for small business concerns.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/183cff67a3270081c3b8d15c586d7df7)
- Record
- SN02189150-W 20100627/100625235418-183cff67a3270081c3b8d15c586d7df7 (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 |