Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 29, 2017 FBO #5727
SOLICITATION NOTICE

16 -- Blanket Purchase Agreement (BPA) for the Prototype Integration Facility (PIF)

Notice Date
7/27/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W58RGZ) Aviation, SPARKMAN CIR BLDG 5303, Redstone Arsenal, Alabama, 35898-0000, United States
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ17Q0005
 
Archive Date
8/18/2017
 
Point of Contact
Chris Sykes, , Donna Smith, Phone: (256)842-8707
 
E-Mail Address
christopher.c.sykes3.civ@mail.mil, donna.l.smith284.civ@mail.mil
(christopher.c.sykes3.civ@mail.mil, donna.l.smith284.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
"16--The U.S. Army Contracting Command - Redstone intends to establish a Blanket Purchase Agreement (BPA) with small businesses within a sixty (60) mile radius of Redstone Arsenal, Alabama for equipment, materials, and components to support the Prototype Integration Facility (PIF)." 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; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. This acquisition is reserved for small businesses. The requirements will be fulfilled using the Simplified Acquisition Procedures, Part 13 of the Federal Acquisition Regulation (FAR). The associated North American Classification System (NAICS) code is 336413. The small business size standard is 1,250 employees. This requirement is a total small business set-a-side and only qualified offerors may respond. Responses to the listed requirements are due 17 August 2017 by 1600 CDST via email to the POC below. The U.S. Army Contracting Command - Redstone (ACC-R) on behalf of the U.S. Army Aviation and Missile Research, Development and Engineering Center's (AMRDEC's) Engineering Directorate's (ED) Prototype Integration Facility (PIF) intends to establish a Blanket Purchase Agreements (BPAs) with small businesses within a 60 mile radius of Redstone Arsenal, Alabama. The requirement for close proximity to Redstone Arsenal, Alabama is to provide direct delivery of commercial products acquired under BPA call orders that are required to support the global mission of the PIF. The primary intent of this BPA will be to provide support to the PIF's Flexible Integrated Rapid Support Team (FIRST). FIRST is a PIF strategic initiative to re-engage on smaller, internally executed projects. The PIF provides an organic, rapid response capability for generating hardware solutions. Additional information on the PIF can be found at http://www.amrdec.army.mil/amrdec/pif/index.html. Working alongside our contractor employees, the PIF operates 12 facilities at Redstone Arsenal, AL, and is supported by several off-site contractor facilities in the local area. Government owned and government operated, the PIF offers single source convenience, turn-key solutions for development, fabrication, systems integration, modification, experimentation, and subsystem/system level testing. Specific capabilities include: design and analysis, modeling and simulation, rapid prototyping, mechanical fabrication, printed wiring board fabrication, circuit card assembly, cable and chassis fabrication, ground and air platform integration, aircraft modification, field retrofits and sustainment support both locally and abroad. It is the intent of the Government to establish BPAs with contractors meeting the requirements of this synopsis and solicitation. REQUIREMENTS: Offerors are required to submit via e-mail to the POCs below the following information for consideration for establishment of a PIF BPA: (1) Certification that it will accept payment for PIF equipment acquired through any BPA Call or Delivery Order executed against its BPA through Wide Area Work Flow (WAWF). (2) Certification that its facilities involved in the ordering and/or receipt of equipment purchased under the BPA are within a sixty (60) mile radius of Redstone Arsenal. This will be verified via the System for Award Management (SAM). Note: A different nine-digit DUNS and Cage Code is required for each physical location or different address in an organization as well as for each legal division that may be co- located. (3) Certification that it has certifications & representations in SAM (formerly ORCA). (4) Certification that is actively registered in SAM (formerly CCR). (5) Furnish the following information: - Small business name and address: - CAGE Code: - Taxpayer Identification Number: - DUNs: - Socio-Economic Status: (6) Must be an authorized dealer or reseller of products under the supply classes offered to the Government. The initial BPAs will be issued for a basic period of one (1) year, with four (4) twelve (12) - month option periods. The ACC-R reserves the right to cancel any company's BPA for any reason including poor performance and/or if the company's prices are determined to be no longer competitive. In addition, the ACC-R may solicit additional companies at any time to replace or increase existing BPAs to fulfill the PIF's requirements. The Government is seeking a centralized vehicle, which offers a wide array of rapid prototyping and design validation equipment, materials, components, and supplies, to include design and analysis, modeling and simulation, rapid prototyping, mechanical fabrication, printed wiring board fabrication, circuit card assembly, cable and chassis fabrication, ground and air platform integration, aircraft modification, field retrofit and sustainment-related equipment, materials, and components in development, fabrication, systems integration, modification, experimentation, and subsystem/system level testing to accomplish the PIF technical mission. Purchases under the BPAs shall be limited to the following Federal Supply Classes: •12 - Fire Control Equipment •15 - Aircraft and Airframe Structural Components •16 - Aircraft Components and Accessories •17 - Aircraft Launching/Landing/Ground Handling Equip. •19 - Ships, Small Craft, Pontoons, and Floating Docks •20 - Ship and Marine Equipment •23 - Ground Vehicles, Motor Vehicles, Trailers, Cycles •25 - Vehicular Equipment Components •26 - Tires and Tubes •29 - Engine Accessories •30 - Mechanical Power Transmission Equipment •31 - Bearings •32 - Woodworking Machinery and Equipment •34 - Metalworking Machinery •35 - Service and Trade Equipment •39 - Materials Handling Equipment •40 - Rope, Cable, Chain, and Fittings •41 - Refrigeration, Air Conditioning Equip. •42 - Fire Fighting, Rescue, and Safety Equipment •43 - Pumps and Compressors •47 - Pipe, Tubing, Hose, Fittings •49 - Maintenance and Repair Shop Equipment •51 - Hand Tools •52 - Measuring Tools •53 - Hardware and Abrasives •54 - Prefabricated Structures and Scaffolding •55 - Lumber, Millwork, Plywood, and Veneer •59 - Electrical and Electronic Equipment Components •60 - Fiber Optics Materials and Components •61 - Electric Wire, and Power and Distribution Equipment •62 - Lighting Fixtures and Lamps •63 - Alarm, Signal, and Detection Systems •66 - Instruments and Laboratory Equipment •69 - Training Aids and Devices •80 - Brushes, Paints, Sealers, and Adhesives •81 - Containers, Packaging, and Packing Supplies •91 - Fuels, Lubricants, Oils, and Waxes •93 - Nonmetallic Fabricated Materials •94 - Nonmetallic Crude Materials •95 - Metal Bars, Sheets, and Shapes Subsequently solicited requirements issued under the resultant BPAs will be based on three (3) basic venues consisting of (1) Brand Name or Equal; (2) Original Equipment Manufacturer (OEM) equipment; or (3) Product Specification based on general equipment specifications provided by the Government. Original Equipment Manufacturer (OEM) equipment will be specified in many instances because it has proven reliability in field exercises and laboratory applications to provide cost efficient performance and reliability or because it is compatible with existing equipment. Following the establishment of BPAs resulting from this synopsis and solicitation, the ACC-R will compete any future PIF requirements among a subset of BPA holders, using vendor rotation as determined by the Government. In accordance with AFARS 5113.303-1, the Government reserves the right to conduct Reverse Auctions. Exact future requirements are not known at this time and there is no guarantee of requirements in the future. Future requirement Call or Delivery Orders not exceeding the Simplified Acquisition Threshold of $150,000 will be identified by a Call or Delivery Order numbering system determined by the Government. BPA holders selected by the Government through BPA Holder vendor rotation will be notified electronically of new Call or Delivery Order requirements through the issuance of a Call or Delivery Order RFQ email from either the Contracting Officer or designated Ordering Officer. The BPA contractors shall submit through the forum identified in the Call or Delivery Order email its quotation for price and delivery in response to the Call Order. The Contracting Officer shall specify the Call or Delivery Order quotation response time for each Call or Delivery Order RFQ dependent upon the size and complexity of the order. Failure to submit a complete and timely response to a BPA Call or Delivery Order RFQ may result in it being determined non-responsive to the Call or Delivery Order RFQ and may serve as the basis for not renewing the term of the BPA. The award of all Call or Delivery Orders issued under BPAs established through this solicitation and synopsis will be based on Lowest Priced Technically Acceptable selection process on an "acceptable" or "unacceptable" basis to satisfy the Government's minimum requirements, and will be for the entire Call or Delivery Order requirement unless otherwise specified by the Contracting Officer. Offerors submitting a timely response and adequate documentation required in response to this synopsis and solicitation, and to whom a BPA is ultimately awarded, agree to waive their right to protest the award of all future Call or Delivery Orders. Upon the notification of the issuance of a specific Call or Delivery Order to the successful BPA Holder, that contractor shall assume responsibility for updating the projected delivery date for each Call or Delivery Order item on a bi-weekly basis either through e-mail submission or other means specified by the Government in the BPA. The BPA Holder's performance in meeting the required delivery date, which will be based on calendar days after date of issuance of Call or Delivery Order, will be reflected in the contractor's past performance assessment. All BPA Holders determined under this synopsis and solicitation will be required to bill and accept payment through the Wide Area Work Flow system. It is currently planned that actions with a value between $25,000 to $150,000 will be processed by the Contracting Officer. The offeror will be required to identify the location of its ordering/receiving facility to ensure that it is within a sixty (60) mile radius of any gate at Redstone Arsenal, Alabama. All responses to this synopsis and solicitation provided by offerors determined to be outside this radius will be non-responsive to the requirements of the synopsis/solicitation and not evaluated for subsequent award. The determination of the Government concerning the sixty (60) mile radius of Redstone Arsenal, AL is under the sole purview of the Contracting Officer and may be disputed by the offeror determined to be not within the commuting distance, but will not be the basis of restraining the issuance of BPAs to otherwise successful offerors. Offerors determined by the Contracting Officer to be within the required sixty (60) mile radius of Redstone Arsenal, AL, may not be disputed by other offerors. The delivery location will be specified in each Call Order or Delivery Order RFQ issued under the authority of the BPA. The provision at 52.212.1, Instructions to Offerors - Commercial Items, applies to this acquisition. Offerors must include a completed copy of the following provisions with its offer: 52.212-3, Offeror Representations and Certifications -- Commercial Items; 252.212-7000, Offeror Representations and Certifications - Commercial Items; 252.225- 7000, Buy American Act - Balance of Payments Program Certificate; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable: 52.202-1, Definitions; 52.203-2, Certificate of Independent Price Determination; 52.203-5, Covenant Against Contingent Fees; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.203-7, Anti-Kickback Procedures; 52.203-13, Contractor Code of Business Ethics and Conduct; 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; 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; 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters; 52.211-5, Material Requirements; 52.216-24, Limitation of Government Liability; 52.216-25, Contract Definitization; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52-219-14, Limitations on Subcontracting; 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, 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; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-50, Combating Trafficking in Persons; 52.222-54, Employment Eligibility Verification; 52.223-15, Energy Efficiency in Energy-Consuming Products; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-18, Place of Manufacture; 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representations and Certifications; 52.232-1, Payments; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-39, Unenforceability of Unauthorized Obligations; 52.233-2, Service of Protest; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.243-1, Changes - Fixed Price; 52.244-6, Subcontracts for Commercial Items. The DFARS clauses applicable under 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items include: 52.203-3, Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7015, Restriction of Acquisition of Hand or Measuring Tools; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings; 252.225- 7021, Trade Agreements; 252.227-7015, Technical Data Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea; The following clauses will also apply: 252.211-7003, Item Identification and Valuation; 252.211-7006, Passive Radio Frequency; 252.232-7010, Levies on Contract Payments; 252.246-7003, Notification of Potential Safety Issues. Other clauses may be included if applicable. This combined synopsis/solicitation shall not be construed as a commitment of any kind to place subsequent Call Orders following the establishment of BPA with any contractor. Exact future requirements are not known at this time and there is no guarantee of requirements in the future. Performance of this effort is UNCLASSIFIED. The Point of Contacts for this combined synopsis and solicitation are Mr. Chris Sykes, christopher.c.sykes3.civ@mail.mil or Ms. Donna Smith, phone: 256-842-8707; e-mail: donna.l.smith284.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8728f5b2ae9834e2276ccaa7eeaa088e)
 
Place of Performance
Address: Redstone Arsenal, Alabama, 35898, United States
Zip Code: 35898
 
Record
SN04601832-W 20170729/170727233346-8728f5b2ae9834e2276ccaa7eeaa088e (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.