MODIFICATION
99 -- Testing Instrument Equipment
- Notice Date
- 8/31/2018
- Notice Type
- Modification/Amendment
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W91ZLK-18-Q-0074
- Archive Date
- 9/22/2018
- Point of Contact
- Sharon A. Gary, Phone: 4438614719
- E-Mail Address
-
sharon.a.gary.civ@mail.mil
(sharon.a.gary.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- EXTENDED RESPONSE DATE: 7 SEPT 2018 AND UPDATED 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; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96 (06 November 2017). The solicitation number for this requirement is W91ZLK-18-Q-0074. This requirement has been deemed as Small Business Set-Aside. The associated North American Industry Classification System (NAICS) Code is 334511 and Business Size Standard is 1,250. The Government contemplates the award of a Firm-Fixed-Price (FFP) contract and will be evaluated based on the Lowest Priced Technically Acceptable (LPTA) offer. Description of Requirement: BRAND NAME OR EQUAL NOTE: Must include the whole unit as follows with scanner head and an interface box 1. Velodyne HDL32, Qty 1 each Velodyne (80-HDL32E) HD-Lidar 32 Element Sensor, Top Assemply, Includes Interface Box, Garmin GPS and Power Supply Harmonized Code: 9015.108000 2. Shipping Cost, Qty 1 each The purpose of this contract is purchase a Velodyne LiDAR HDL-32E Modular ) for The U.S. Army Aberdeen Test Center (ATC) located at Aberdeen Proving Ground, MD. The provision at FAR 52.212-2 - Evaluation - Commercial Items, applies to this acquisition. The contact will be awarded to the LPTA offeror. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposal. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussion. EVALUATION FACTORS: Technical: The Technical volume of the proposal will be evaluated against the requirements describe in the PWS contained in this solicitation. The Technical Volume will be determined to be "Acceptable" or "Unacceptable", using the following ratings: Technical Acceptable/Unacceptable Ratings Rating Description Acceptable--Proposal clearly meets the minimum requirements of the solicitation. Unacceptable--Proposal does not clearly meet the minimum requirements of the solicitation. EVALUATION & BASIS FOR AWARD Basis for Award: The Government intends to award Firm-Fixed Price (FFP) contract to the LPTA proposal in accordance with FAR 15.101-2. To receive consideration for award, a rating of "Acceptable" must be achieved in the Technical factor. Rejection of Offers: In accordance with FAR 52.212-1(g), the Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Examples include, but are not limited to, the following: a. Offers that provide only a statement indicating its capability to comply with the RFP terms without support and elaboration as specified in volume instructions stated in this combined synopsis/solicitation; or b. Offers that reflect an inherent lack of technical competence or a failure to comprehend the complexity and risks required to perform the requirements. This may include submission of a proposal which is abnormally high or low in Price (unbalanced pricing) or unattainable in terms of technical or schedule commitments: or c. Offers that do not meet all the stated material requirements of this combined synopsis/solicitation; or d. Offers that propose exceptions to the attachments, exhibits, enclosures, or other combined synopsis/solicitation terms and conditions. Evaluation and Source Selection Process Selection: Selection of the successful Offeror shall be made following an assessment of each proposal, based on the response to the requirements of this solicitation. Proposals will be evaluated as specified in Proposal Evaluation Section below. Evaluation: The evaluation of proposals submitted in response to this combined synopsis/solicitation shall be conducted in accordance with a LPTA competition. Award without Discussions: In accordance with FAR 52.212-1 (g), The Government intends to evaluate proposals and award a contract without discussions with Offerors (except clarifications as described in FAR 15.306(a)). Therefore, the Offeror's initial proposal shall contain the Offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. Determination of Responsibility: In accordance with FAR 9.103, contracts will be placed only with Contractors that the Contracting Officer determines to be responsible. Prospective offerors, in order to qualify as sources for this acquisition must be able to demonstrate that they meet standards of responsibility set forth in FAR 9.104. No award can be made to an Offeror who has been determined non-responsible by the Contracting Officer. PROPOSAL EVALUATION Evaluation Factors: The Technical volume of the proposal will be evaluated against the requirements described in the SPECS contained in this solicitation. The Technical Volume will be determined to be "Acceptable" or "Unacceptable", using the following ratings: Technical Acceptable/Unacceptable Ratings Rating Description Acceptable - Proposal clearly meets the minimum requirements of the solicitation. Unacceptable - Proposal does not clearly meet the minimum requirements of the solicitation. Technical Proposal: FACTOR: Technical Factor: The Government will evaluate the offeror's technical proposal based on the technical factors stated in the SPECS. Partial quotes will not be evaluated by the Government. SUBMISSION PROCEDURES: ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-18-Q-0074. PROPOSAL FROM (INSERT COMPANY NAME) The offeror shall include a Company name, Point of contact, Company CAGE code, DUNS number and TIN. All questions regarding this solicitation must be submitted to the Contracting Officer: Sharon A. Gary via email no later than 11:30 a.m. Eastern Time, September 7, 2018 to Sharon.a.gary.civ@mail.mil. NO TELEPHONE INQUIRIES WILL BE HONORED. All proposals from responsible sources will be fully considered. Contractors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Contractors may register with SAM online for free at www.sam.gov. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer. FAR 52.252-1 - Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: http://farsite.hill.af.mil The following clauses and provisions are incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I FAR 52.203-13, Contractor Code of Business Ethics and Conduct FAR 52.204-7 System for Award Management FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2016 FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Rep NOV 2015 FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). FAR 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2, Evaluation- Commercial Items FAR 52.212-3, Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions--Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Deviation 2013-O0019) FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-14, Limitations on Subcontracting FAR 52.219-28, Post-Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-17 Nondisplacement of Qualified Workers FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.222-40, Notification of Employee Rights under the National Labor Relations Act FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.233-1 Disputes. FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation FAR 52.239-1, Privacy or Security Safeguards FAR 52.243-3 -- Changes -Time-and-Materials or Labor-Hours. FAR 52.243-1, Changes- Fixed Price, Alternate I FAR 52.247-34 F.O.B. Destination FAR 52.249-8, Default (Fixed-Price Supply and Service) DFARS 252.201-7000 Contracting Officer's Representative DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information. DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors. DFARS 252-211-7003, Item Identification and Valuation DFARS 252-215-7007, Notice of Intent to Re-solicit DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.225-7048, Export-Controlled Items DFARS 252.226-7001, Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006, Wide Area Workflow Payment Instructions. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel. DFARS 252.239-7002, Access DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.244-7000 Subcontracts for Commercial Items JUN 2013 DFARS 252.247-7023, Transportation of Supplies by Sea EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (OCT 2012) ACC-APG 5152.229-4900 Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST PROGRAM (AUG 2012) ACC-APG 5152.233-4900 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, 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 General Accounting 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. Send protests (other than protests to the Contracting Officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Phone: (256) 450-8165 Fax: (256) 450-8840 E-mail: amcprotests@conus.army.mil The AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC Level Protest Procedures. The AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC Level Protest Procedures.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/74faf694346b8ff14445e192e664ab57)
- Place of Performance
- Address: Aberdeen Test Center, Building 358 Michael Ville Road, Aberdeen Proving Ground, Maryland, 21005-5059, United States
- Zip Code: 21005-5059
- Zip Code: 21005-5059
- Record
- SN05067631-W 20180902/180831231402-74faf694346b8ff14445e192e664ab57 (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 |