MODIFICATION
66 -- Meteorological Weather Balloons
- Notice Date
- 8/23/2012
- Notice Type
- Modification/Amendment
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
- ZIP Code
- 85365-9498
- Solicitation Number
- W9124R-12-T-1048
- Response Due
- 9/6/2012
- Archive Date
- 11/5/2012
- Point of Contact
- James Myers, 928-328-2693
- E-Mail Address
-
MICC Center - Yuma Proving Ground
(james.a.myers12.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- 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 (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes 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 2005-57, Effective 26 July 2012 and Defense Federal Regulation Supplement (DFARs), current to DPN 20120724 (Effective 24 July 2012) Edition. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accessed in full text at www.farsite.hill.af.mil. This solicitation is issued as a Request for proposal (RFP) under Solicitation Number W9124R-12-T-1048. This action is solicited as a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 334511 with a size standard of 750 employees. All quotes shall include shipping to USAYPG Yuma, Arizona 85365-9498. Arizona vendors are to include Arizona Privilege Tax. Offerors must provide the Unit Price, Total Price, and Total Extended Price for all Contract Line Item Numbers (CLINs). No partial bids will be accepted. The resultant award will be a Firm-Fixed Price Requirements contract consisting of a one-year base period and (4) one-year option periods. Payment will be made made by Defense Finance and Accounting Service (DFAS) through Wide Area Workflow (WAWF). All prospective offerors must be actively registered in the System for Award Management (SAM). Offerors may register online at https://www.sam.gov. Quotes are being solicited for items that meet the minimum requirements of the specifications identified in the Performance Work Statement (Attachment 1). Offerors shall provide sufficient technical literature to enable the Government to determine that the proposed items meet or exceed the minimum specifications (Ref FAR provision 52.211-6). Per FAR 52.212-2, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The Government reserves the right to award to other than the lowest offeror. All quotations will be evaluated for technical acceptability. Those offers determined to meet the minimum specifications will then be evaluated for past performance and price. The quotation shall consist of Contract Line Item Numbers as follows: Proposal shall consist of Contract Line Item Numbers as follows: CLIN 0001, Quantity of 4000 each, 150gr, Meteorological (Weather) Balloons, CLIN 0002, Quantity of 150 each, 350gr, Meteorological (Weather) Balloons, CLIN 0003, Quantity of 100 each, 600gr, Meteorological (Weather) Balloons CLIN 1001, Quantity of 4000 each, 150gr, Meteorological (Weather) Balloons, CLIN 1002, Quantity of 150 each, 350gr, Meteorological (Weather) Balloons, CLIN 1003, Quantity of 100 each, 600gr, Meteorological (Weather) Balloons, CLIN 2001, Quantity of 4000 each, 150gr, Meteorological (Weather) Balloons, CLIN 2002, Quantity of 150 each, 350gr, Meteorological (Weather) Balloons, CLIN 2003, Quantity of 100 each, 600gr, Meteorological (Weather) Balloons, CLIN 3001, Quantity of 4000 each, 150gr, Meteorological (Weather) Balloons, CLIN 3002, Quantity of 150 each, 350gr, Meteorological (Weather) Balloons, CLIN 3003, Quantity of 100 each, 600gr, Meteorological (Weather) Balloons CLIN 4001, Quantity of 4000 each, 150gr, Meteorological (Weather) Balloons, CLIN 4002, Quantity of 150 each, 350gr, Meteorological (Weather) Balloons, CLIN 4003, Quantity of 100 each, 600gr, Meteorological (Weather) Balloons. This solicitation is being issued as a Request for Quotation (RFQ). Offers shall be clearly marked with RFQ referencing number W9124R-12-T-0016 and e-mailed to the Point of Contact below no later than the close of business on September 6, 2012. In addition, all technical questions concerning this requirement must be e-mailed to the Point of Contact below no later than close of business August 29, 2012. As a minimum, offerors shall include with their signed quotation the following information: (1) Company name and address; (2) Point of contact with telephone and facsimile numbers and e-mail address; (3) A completed copy of both FAR 52.212-3 Representations and Certifications Alt I and DFARS 252.212-7000 Offerors Representations and Certifications-Commercial Items; (4) Sufficient technical literature and description (to include drawings) to enable the Government to evaluate conformance with the technical requirements (Attachment 1) (Ref FAR 52.211-6); (5) Recent (within the last 3 years) and relevant past performance information on no less than three other contracts in which you provided same or similar items (Attachment 2); (6) price (both unit price and total price) to include any applicable freight; (7) Acknowledgement of any amendments to the RFP. Offerors that fail to furnish the required representations or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1, Instructions to Offerors of Commercial Items (June 2008). NOTE: In order to complete the Representations and Certifications for the following referenced provisions, you must go to the Web Site at http://farsite.hill.af.mil/Vffar1.htm, locate the referenced clause, copy and paste it to a word document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Jun 2008) with Alternate I (Apr 2002) and DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005). An offeror shall complete only paragraph (b) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov. The following FAR & DFARS Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR Provisions: FAR 52.212-1 Instructions to Offerors -- Commercial Items (Feb 2012) FAR 52.212-3 Offeror Representations and Certifications Commercial Item (Mar 2012) with Alternate I (April 2011) FAR Clauses: 52.204-99 System for Award Management Registration (August 2012) (Deviation) 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2012) 52.216-18 Ordering (Oct 1995) (a) such orders may be issued from date of award through contract expiration. 52.216-19 Order Limitations (Oct 1995) (a) Minimum order...less than...5 balloons...(b) Maximum order...(1)...4000 balloons; (2)...4000 balloons;...(3)...30....(d)...7.... 52.216-21 Requirements (Oct 1995) (f)...12 months from expiration 52.217-9 -- Option to Extend the Term of the Contract. (a)...within 30 days...least 60 days before, (c)...5 years. FAR 52.212-5 Contract Terms and Conditions required to Implement Statues of Executive Order Commercial Items (Mar 2012) Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alternate I (Oct 1995) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.219-6 Notice of Total Small Business Aside (Nov 2011) 52.219-8 Utilization of Small Business Concerns (Jan 2011) 52.219-14 Limitations on Subcontracting (Nov 2011) 52.219-28 Post-Award Small Business Program Representation (Apr 2009) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Mar 2012) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-35 Equal Opportunity for Veterans (Sep 2010) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37 Employment Reports on Veterans (Sep 2010) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) Specific clause not cited in FAR 52.212-5 that is applicable to this acquisition: 52.247-34 F.o.b. Destination (Nov 1991) DFARS Provisions: 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. (Deviation 2012-00004) (Jan 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 252.225-7000 Buy American Act-Balance of Payments Program Certificate (Dec 2009) 252.209-70001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) DFARS Clauses: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (March 2012) Specific clauses cited in DFARS 252.212-7001 that are applicable to this acquisition: FAR 52.203-3 Gratuities (Apr 1984) 252.203-7000 Requirements Relating to Compensation of former DOD Officials (Sep 2011) 252.225-7001 Buy American Act - Balance of Payments Program (Oct 2011) 252.225-7012 Preference for Certain Domestic Commodities (Jun 2010) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.243-7002 Requests for Equitable Adjustment (MAR 1998) 252.247-7023 Transportation of Supplies by Sea (May 2002) Alt III (May 2002) Specific clauses not cited in DFARS 252.212-7001 that are applicable to this acquisition: 252.232-7010 Levies on Contract Payments (Dec 2006) 252.211-7003 Item Identification Valuation (Jun 2011) The following also applies: 5152.233-4000, AMC-LEVEL PROTEST PROGRAM (Sep 2011) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) If you plan to participate in this acquisition, you are required to provide your name, address, phone number, and email address to the POC listed below or by facsimile 928-328-6534 for notification of amendments. Attachment 1 - Performance Work Statement (PWS) Attachment 2 - Past Performance Information Template
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f1bdacea050a435982dccef33ede8a5b)
- Place of Performance
- Address: MICC Center - Yuma Proving Ground KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
- Zip Code: 85365-9498
- Zip Code: 85365-9498
- Record
- SN02853403-W 20120825/120824001712-f1bdacea050a435982dccef33ede8a5b (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 |