SOLICITATION NOTICE
J -- Annual Preventative Maintenance on a Hitachi Scanning Electron Microscope, Model S-3700N - Package #1
- Notice Date
- 8/8/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
- ZIP Code
- 35898-5090
- Solicitation Number
- W31P4Q-18-Q-0115
- Archive Date
- 9/12/2018
- Point of Contact
- Miroslaw Chodaba, Phone: 2568762105
- E-Mail Address
-
miroslaw.chodaba.civ@mail.mil
(miroslaw.chodaba.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Quality Assurance Surveillance Plan (QASP) Performance Work Statement (PWS) 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. Solicitation number W31P4Q-18-Q-0115 is being issued as a request for quote; the US Army Aviation and Missile Command intends to issue a firm fixed price purchase order for the performance of the annual preventative maintenance on a Hitachi Scanning Electron Microscope, Model S-3700N, located in building 7631, Room 27, on Redstone Arsenal. Also requested is two (2) option years of preventative maintenance service. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. This is a follow-on requirement for the annual preventative maintenance on a Hitachi Scanning Electron Microscope, Model S-3700N, presently housed in Building 7631, Room 27, Redstone Arsenal, AL. There will be a base year and two option years. The anticipated period of performance for the base year is from date of award through 12 months. If the Government chooses to exercise the option years, they will be for 12 months each. The following Contract Line Item Numbers (CLINs) will be included in the subsequent award: - CLIN 0001 - Base Year - This CLIN will be issued for the preventative maintenance for the base year. - CLIN 0002 - Option Year 1 - This CLIN will be issued for the preventative maintenance for the 1st option year. - CLIN 0003 - Option Year 2 - This CLIN will be issued for the preventative maintenance for the 2nd option year. - CLIN 0004 - Contractor Manpower Reporting (CMR) - See the attached Performance Work Statement (PWS) for the CMR requirements. The technical requirements for this action are contained in the attached PWS. The Quality Assurance Surveillance Plan (QASP) is also attached. The place of delivery, acceptance and FOB point is: US Army RDECOM, WDID RDMR-WDP-A Building 7631, Rm 27 Redstone Arsenal, AL 35898 All items shall include shipping costs FOB Destination to Redstone Arsenal, AL. All quotes shall include delivery dates expressed in days or weeks from award date. Any award resulting from this RFQ will be issued on Standard Form 1449 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. The following FAR provisions/clauses are applicable to this requirement: •52.204-7 - System for Award Management •52.204-16 - Commercial and Government Entity Code Reporting •52.204-17 - Ownership of Control of Offeror •52.204-18 - Commercial and Government Entity Code Maintenance •52.209-11- Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law •52.212-1 - Instructions to Offerors - Commercial Items (DEVIATION 2018-O0013) •52.212-3 - Offeror Representations and Certifications - Commercial Items •52.212-4 - Contract Terms and Conditions - Commercial Items •52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items o 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards o 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment o 52.209-10 - Prohibition on Contracting with Inverted Domestic Corporations o 52.219-4 - Notice of Price Evaluation Preference for HUBZone Small Business Concerns o 52.219-28 - Post Award Small Business Program Representation o52.222-3 - Convict Labor o52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Oct 2016) o52.222-21 - Prohibition of Segregated Facilities o52.222-26 - Equal Opportunity o52.222-36 - Equal Opportunity for Workers with Disabilities o52.222-41 - Service Contract Labor Standards o52.222-42 - Statement of Equivalent Rates for Federal Hires o52.222-50 - Combating Trafficking in Persons o52.222-55 - Minimum Wages Under Executive Order 13658 o52.222-62 Paid Sick Leave Under Executive Order 13706 o52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving o52.225-13 - Restrictions on Certain Foreign Purchases o52.232-33 - Payment by Electronic Funds Transfer - System for Award Management o52.233-3 - Protest After Award o52.233-4 - Applicable Law for Breach of Contract Claim •52.217-9 - Option to Extend the Term of the Contract •52.222-48 -- Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment -- Certification •52.232-40 - Providing Accelerated Payments to Small Business Subcontractors •52.242-15 - Stop-Work Order •52.246-2 - Inspection of Supplies-Fixed Price •52.246-4 - Inspection of Services -- Fixed Price •52.246-16 - Responsibility for Supplies •52.247-34 - F.O.B. Destination •52.252-2-Section Clauses Incorporated by Reference (Feb 1998), where*denotes contract section The following DFARS clauses are applicable to this requirement: •252.203-7000 - Requirements Relating to Compensation of Former DoD Officials •252.203-7005 - Representation Relating to Compensation of Former DoD Officials •252.204-7008 - Compliance with Safeguarding Covered Defense Information Controls •252.204-7012 - Safeguarding of Covered Defense Information and Cyber Incident Reporting •252.204-7015 - Notice of Authorized Disclosure of Information for Litigation Support •252.223-7008 - Prohibition of Hexavalent Chromium •252.225-7001 - Buy American and Balance of Payments Program •252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports •252.232-7006 - Wide Area Workflow Payment Instructions •252.232-7010 - Levies on Contract Payments •252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel •252.244-7000 - Subcontracts for Commercial Items •252.246-7008 - Sources of Electronic Parts •252.247-7023 - Transportation of Supplies by Sea Other clauses may be included in the award if applicable. As defined in FAR 52.204-7, the successful offeror must be registered in the System for Award Management (SAM) database prior to award. Invoicing and payment will be made via Wide Area Workflow (WAWF) in accordance with DFARS 252.232-7006. Offerors must fill-in the attached provision, DFARS 252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law, and submit with their quote. Quotes are due no later than 3:00 pm (CST), 28 August 2018 in the contracting office. Electronic quotes are preferred, but fax quotes and mailed quotes will be accepted. Quotes may be submitted to Mr. Miroslaw Chodaba at miroslaw.chodaba.civ@mail.mil or via facsimile at 256-313-8628, marked to the attention of Miroslaw Chodaba. If mailing responses, please allow at least two additional days for mail distribution on the arsenal, and send to: ACC-RSA, CCAM-RDB ATTN: Miroslaw Chodaba (256-876-8278) Building 5400, Lindner Road, Room B132 Redstone Arsenal, AL 35898-5250 Oral communications are not acceptable in response to this notice. NO FOREIGN PARTICIPATION IS ALLOWED. All responsible sources may submit an offer which shall be considered by the agency. In the event multiple quotes are received, the quotes will be evaluated on the basis of lowest price, technically acceptable. All quotes should also include a copy of your commercial pricelist or price support along with your CAGE code, Taxpayer Identification Number, and DUNS number. Quotes/offers received after the specified due date and time will not be considered for award. For further information or questions regarding this solicitation, contact Mr. Miroslaw Chodaba via email at miroslaw.chodaba.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8202c92c21ee36f4f2f84198d11747ee)
- Place of Performance
- Address: US Army RDECOM, WDID, RDMR-WDP-A, Building 7631, Rm 27, Redstone Arsenal, AL 35898, United States
- Zip Code: 35898
- Zip Code: 35898
- Record
- SN05027940-W 20180810/180808231654-8202c92c21ee36f4f2f84198d11747ee (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 |