SOLICITATION NOTICE
71 -- The Iowa National Guard which to procure thirteen (13) each key control systems
- Notice Date
- 8/13/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332510
— Hardware Manufacturing
- Contracting Office
- USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
- ZIP Code
- 50131-1902
- Solicitation Number
- W912LP-13-Q-0012
- Response Due
- 9/12/2013
- Archive Date
- 10/12/2013
- Point of Contact
- Mark Thompson, (515)252-4248
- E-Mail Address
-
USPFO for Iowa
(mark.thompson@ia.ngb.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 FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request for Quotation (RFQ) number W912LP-13-Q-0012. All proposals shall reference the RFQ number and shall be submitted by 1:00 p.m. local (central) time on 12 September 2013. The anticipated award date is 20 September 2013. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005-69, dated 1 August 2013. This acquisition is being advertised using Full & Open Competition. The North American Industry Classification System Code (NAICS) 332510 size standard of 500 Employees. Prospective vendors shall provide the unit cost for thirteen (13) each Key Control Systems (Contract Line Item Number CLIN 0001) that meet the minimum needs listed in the Statement of Work (SOW). Vendors shall review the Statement of Work for a detailed list of the Government's minimum requirements and items to be submitted as part of their quote. The prices provided shall be the unit cost for each Key Control System and shall be FOB Destination. Delivery will be made to USPFO-Warehouse #12, 7105 NW 70th Avenue, Johnston, Iowa 50131-1824. The following provisions apply to this solicitation by reference: 52.212-1, Instructions to Offerors - Commercial Items; 252.204-7011, Alternative Line Item Structure; and 252.215-7008, Only One Offer. The following provisions apply to this solicitation by full text: 52.212-2, Evaluation - Commercial Items: (a) The Government will award a firm-fixed priced 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. Best Value is the most advantageous offer, price and other non-cost factors (to include technical and past performance) considered with the Government's stated importance of evaluation criteria. The Technical factors will include Key Control System Capabilities, Warranty, and Technical Support. Technical and Past Performance factors are approximately equal; when combined, Technical and Past Performance factors are approximately equal to Price. The Government intends to evaluate proposals and award a contract without discussions, therefore, Offeror's initial proposal should contain the Offeror's best terms from a cost or price and technical standpoint. (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 options 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 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. The following Certifications and Representations apply to this solicitation by full text: The following certification provisions must be completed on the quote mark Certification Document quote mark attachment- 52.212-3 (Alt 1), Offeror's Representations and Certifications, Commercial Items; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.209-7995 (Deviation), Representation by Corporation Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law- Commercial Items; 252.225-7020, Trade Agreements Certificate; and 252.247-7022, Representation of Extent of Transportation by Sea. The following clauses apply to this solicitation by reference: 52.203-3, Gratuities; 52.204-4, Printed or Copied-Double Sided on Post-consumer Fiber Content Paper; 52.212-4, Contract Terms and Conditions - Commercial Items; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.204-7004, Alternate A, System for Award Management; 252.211-7003, Item Identification and Valuation (this clause applies and will be incorporated in full text in the resulting orders for if all delivered items for which the unit acquisition cost is $5,000 or more); 252.223-7008, Prohibition of Hexavalent Chromium; 252.225-7008, Restriction on Acquisition of Specialty Metals; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7021, Trade Agreements; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.243-7002, Requests for Equitable Adjustment; 252.244-7000, Subcontracts for Commercial Items; and, 252.247-7023, Transportation of Supplies by Sea. The following clauses apply to this solicitation by full text: 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items; The following optional clause under subparagraphs (b) & (c) are incorporated by reference within 52.212-5: 52.203-6 (Alt 1), Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-8, Utilization of Small Business Concerns; 52.219-23 -- Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. All information relating to this solicitation to include the Statement of Work, Submission Requirements, Certification Document, Synopsis Solicitation Amendments, and Questions and Answers will be posted to the Army Single Face to Industry (ASFI) Acquisition Business website located at https://acquisition.army.mil. Submit your completed and signed quotation along with all required completed representations and certifications from the quote mark Certification Document quote mark attachment, to: Iowa Army National Guard, USPFO-IA-PC, Camp Dodge, 7105 NW 70th Ave, Johnston, Iowa 50131-1824 ATTN: CW4 Mark L. Thompson, Contracting Officer by no later than 12 September 2013, 1:00 p.m. local (central) time. Point of Contact for this solicitation is CW4 Mark L. Thompson, 515-252-4248, mark.l.thompson10.mil@mail.mil. Formal communications such as Request for Clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address above. All answers (on a non-attribution basis) will be posted to https://acquisition.army.mil/asfi/, which will be contained in a document titled Questions and Answers. Offerors are requested to submit questions to the e-mail address noted above no later than 9 September 2013, 9:00 a.m. local (central) time. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be written to a contractor who is registered in the System for Award Management (SAM) website located at https://www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13/W912LP-13-Q-0012/listing.html)
- Place of Performance
- Address: USPFO for Iowa Camp Dodge, 7700 NW Beaver Drive Johnston IA
- Zip Code: 50131-1902
- Zip Code: 50131-1902
- Record
- SN03147970-W 20130815/130814000444-e0ae2a9b8ad5eb22b5cdd28b96c58185 (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 |