Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2012 FBO #3878
SOLICITATION NOTICE

66 -- Solar Test Chamber

Notice Date
7/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
MICC - White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-12-R-SOLA
 
Response Due
8/13/2012
 
Archive Date
10/12/2012
 
Point of Contact
Todd Kelley, 575.678.5995
 
E-Mail Address
MICC - White Sands Missile Range
(todd.g.kelley@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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 effective May 18, 2012. This acquisition will be conducted in accordance with FAR Part 12 Commercial Item and FAR Part 15, Contracting by Negotiation Commercial Items purchased under FAR Part 12 may be awarded without Discussions, but the Government reserves the right to conduct discussions if the contracting officer determines they are necessary. Solicitation Number W9124Q-12-R-SOLA is issued as a Request for Proposals (RFP). The Government intends to award a firm fixed price contract to the successful offeror. This RFP is competed as full and open and no set-asides have been made by the Government. Pursuant to the Federal Acquisition Regulation (FAR) 15.101-2, award shall be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The procuring contracting office is the Installation Contracting Office (ICO) - White Sands Missile Range (WSMR), 143 Crozier Street, White Sands Missile Range, NM 88002-5201. Final acceptance shall be made by the Government at the specified delivery destination. Prior to shipment of the STC from the contractor's facility, personnel from WSMR may elect to inspect the equipment to correct any operational problems. The contractor shall advise the WSMR contracting officer or designated representative at least 30 business days in advance of the date of shipment to allow such an inspection. To insure proper operation of the STC and to verify the unit performance, WSMR personnel will conduct a system performance acceptance test after the STC is fully installed. Final acceptance will be based upon successful completion of MIL-STD-810G Method 505.5, Procedure I, A1 and A2 cycle tests and successful completion of a MIL-STD-810G Method 505.5, Procedure II, Constant Temperature test. Final acceptance by WSMR will be made within 30 days after the equipment installation is complete. The SURVIVABILITY, VULNERABILITY AND ASSESSMENT NUCLEAR EFFECTS DIVISION has a requirement to fabricate, deliver, and install a Solar Test Chamber (STC) in Building number 21129 at White Sands Missile Range. Specifications for the STC are listed below and the provided attachment. Offers must include all requested items in order to be considered for this procurement. Qty 1 - Actinic Solar Chamber is required to conduct MIL STD 810G Method 505.5 full spectrum solar radiation testing. Additionally, to better aid the Government in determining an offeror's technical capability, all offerors should provide proven capability to build similar STCs with examples; and explain what experience offeror possesses in building STCs. Shipping is FOB Destination CONUS (Continental U.S.). No partial shipments unless otherwise specified at time of order New STC ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. No GREY market items. Submitted Quotes will be valid for 30 days after the solicitation closing. The applicable NAICS code is 334513 with a size standard of 500 employees. Payment will be made by the Defense Financial and Accounting System (DFAS); therefore, you must be registered in the Central Contractor Registration (http://www.ccr.gov/), as well as, Wide Area Work Flow (https://wawf.eb.mil/). Award shall be made to the most technically acceptable; all items must be exact match, lowest price quote. The following clauses and provisions apply to this solicitation and are included by reference: FAR 52.212-1, Instructions to Offerors--Commercial Items (Jan 2006), applies to this acquisition. No addenda to this provision FAR 52.212-2, Evaluation--Commercial Items (Jan 1999), applies to this acquisition. 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: (1) technical capability of the item offered to meet or exceed the Government's requirement and (2) price. The Government intends to award to one vendor on an all or none basis. 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 offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors must submit, along with their offer, a copy of the completed representations and certifications as prescribed in FAR provision 52.213-3, Offeror Representations and Certifications-Commercial Items (Aug 2009). Alternate I (Apr 2002) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007) applies to this acquisition. No addenda to this clause. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2010) the following additional FAR clauses cited in the clause are applicable: 52.204-7 Central Contractor Registration 52.203-6 Restrictions on Subcontractors Sales to the Government (Sep 2006) 52.203-6 Alternate I (Oct 1995) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor--Cooperation with Authorities and Remedies (Jul 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999). 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35 Equal Opportunity for Veterans (Sep 2010) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.222-50 Alternate I (AUG 2007) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification. 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) 52.233-2 Service of Protest (Sep 2006) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) Http://farsite.hill.af.mil 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification. 252.204-7004 ALTERNATE A, CENTRAL CONTRACTOR REGISTRATION (SEP 2007) 252.212-7000 Offeror Representations and Certifications--Commercial Items 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007) 252.232.7003 Electronic Submission of Payment Requests (Mar 2007) 252.247-7023 Transportation of Supplies by Sea (May 2002) You shall submit commercially available literature demonstrating that all of the capabilities listed on the Specifications list are met. Full text of these clauses may be found at http://www.arnet.gov/far. Direct procurement questions via e-mail to: todd.g.kelley.civ@mail.mil and lilia.r.smith.civ@mail.mil. Interested Offerors shall submit any questions concerning the solicitation no later than 4:00 PM, EST on 25 July 2012. INSTRUCTIONS TO OFFERORS: All quotes must be emailed to todd.g.kelley.civ@mail.mil or delivered to in electronic format Todd Kelley, Bldg 143 Crozier Street Room 206, White Sands Missile Range, NM 88002 to be received no later than 8:00 AM. EST. August 13, 2012. Please submit the following information with each proposal; the duration required to complete delivery from the date of contract award, unit price, and Total cost. Award will be made on a Lowest Price Technical Acceptable (LPTA) basis. Proposals must be submitted by an authorized individual of the company, and dated. This combined synopsis/solicitation constitutes the total solicitation. There will be no other formal Request for Proposals (RFPs), or other information regarding these requirements. Offers are due not later than 8:00 AM. EST. August 13, 2012. Todd Kelley todd.g.kelley.civ@mail.mil 575-678-5995
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b2d4055edb39f28f24156864cd972342)
 
Place of Performance
Address: MICC - White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
 
Record
SN02794341-W 20120707/120705234619-b2d4055edb39f28f24156864cd972342 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.