SOLICITATION NOTICE
66 -- Electrostatic Decay Test Equipment
- Notice Date
- 3/6/2020 8:58:56 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- DCSO COLUMBUS COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- SP4702-20-Q-0004
- Response Due
- 3/20/2020 12:00:00 PM
- Archive Date
- 04/04/2020
- Point of Contact
- Eric Heil, Phone: (614) 692-8634
- E-Mail Address
-
eric.heil@dla.mil
(eric.heil@dla.mil)
- Description
- PR: �83478607 FR: �200102187 Cost Center: �5023600 Ledger: �61003110 Description: �Electrostatic Decay Test Equipment Customer: DLA Product Test Center (PTC) Lab, Philadelphia Contract Lines: �0001 Restricted, Commercial and Firm-Fixed-Price Acquisition Delivery: �120 days after award F.O.B, Inspection, and Acceptance at Destination FSC: �6625 �Electrical and Electronic Properties Measuring and Testing Instruments� Material ID: �N00000469 �Electrical/Electronic Property Measuring/Testing Instruments� Unit of Issue: �EA (Each) Brand New Units Acceptable �ONLY�. Commercial Package Acceptable. WAWF Acceptance DoDAAC: SL0701 Purpose: Combined Synopsis and Solicitation under FAR PART 12.6 �Streamlined Procedures for Evaluation and Solicitation for Commercial Items.� 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; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation reference # SP4702-20-Q-0004, is being issued as a request for quotation (RFQ). This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-04, effective 15 January 2020. This combined synopsis/solicitation is restricted to Electro-Tech Systems, Inc. (CAGE:� 56541) as the sole manufacturer and supplier of the required test equipment. �Delivery will be 120 days after contract award. The Government intends to award a single award, firm-fixed-price purchase order for Electrostatic Decay Test Equipment.� Award for this Electrostatic Decay Test Equipment will be granted to the offeror that provides the lowest price technically acceptable to the United States Government. �Potential offerors are hereby notified that the notice and subsequent amendments to the notice will only be available by downloading the documents at the Federal Business Opportunities Website at http://www.fbo.gov. This office will not issue hard copy solicitations. By submitting a response to this notice, the vendor will be self-certifying that neither the offeror nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. Only offerors currently registered in the System for Award Management (SAM) will be considered for award. In addition, Federal Acquisition Regulation (FAR) Part 12.6 ""Streamlined Procedures for Evaluation and Solicitation for Commercial Items� and FAR Part 13 ""Simplified Acquisition Procedures� regulations and procedures will be utilized. The NAICS code is 334515, �Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals� The small business size standard is 750 Employees. The following test equipment requested in this solicitation, and required by the Product Test Center (PTC) Analytical Lab - Philadelphia:��Section B, see Attachment # 1 Contract Line Item (CLINs) and quantities:� See Section B, Attachment # 1 Material Code: 6625-N00000469 �Electrical/Electronic Property Measuring/Testing Instruments� (CLIN 0001) Unit of Issue: EA ���������������Quantity: 1.0 ������������Delivery: 120 days after contract award It is anticipated that a firm-fixed price commercial purchase order will be awarded for the requested Electrostatic Decay Test Equipment as a result of this combined synopsis/solicitation notice. Award will be made on the basis of the lowest evaluated price among offerors technically capable of satisfying the Government�s requirement, and that meet the responsibly criteria of FAR 9.104-1.� The following FAR, DLAD, and DFARS provisions and clauses are incorporated into this solicitation by reference: FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (JAN 2017) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (SEP 2013) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011) FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016) FAR 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016) FAR 52.204-19, Incorporation by Reference of Representations and Certifications (DEC 2014) DFARS 252.204-7003, Control of Government Personnel Work Product (APR 1992) DFARS 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls (OCT 2016) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (OCT 2016) DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors (JAN 2018) DFARS 252.225-7048, Export-Controlled Items (JUN 2013) DFARS 252.227-7015, Technical Data - Commercial Items (FEB 2014) FAR 52.227-1, Authorization and Consent (DEC 2007) FAR 52.227-2, Notice and Assistance Regarding Patent and Copyrights Infringement (DEC 2007) FAR 52.232-17, Interest (MAY 2014) FAR 52.232-18, Availability of Funds (APR 1984) FAR 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) DFARS 252.232-7010, Levies on Contract Payments (DEC 2006) DLAD 52.233-9001, Dispute-Agreement to Use Alternate Dispute Resolution (DEC 2016) FAR 52.242-15, Stop - Work Order (AUG 1989)� FAR 52.242-17, Government Delay of Work (APR 1984)� DFARS 252.243-7001, Pricing of Contract Modifications (DEC 1991) DFARS 252.244-7000, Subcontracts for Commercial Items (JUN 2013) FAR 52.246-2 Inspection of Supplies�Fixed-Price�(AUG 1996) DFARS 252.246-7000, Material Inspection and Receiving Report (MAR 2008) DFARS 252.246-7003, Notification of Potential Safety Issues (JUN 2013) DFARS 252.246-7008, Sources of Electronic Parts (OCT 2016) FAR 52.247-34, F.O.B. Destination (NOV 1991) DFARS 252.247-7023, Transportation of Supplies by Sea (APR 2014) FAR 52.252-5, Authorized Deviations in Provisions (APR 1984) FAR FAR 52.252-6, Authorized Deviations in Clauses (APR 1984) FAR FAR 52.253-1, Computer Generated Forms (JAN 1991) The following FAR, DLAD, and DFARS provisions and clauses are incorporated into this solicitation in full text (See Attachment # 2): DFARS 252.211-7003, Item Unique Identification and Valuation (MAR 2016) FAR 52.212-1, Instructions to Offerors-Commercial Items (OCT 2018) FAR 52.212-2, Evaluation--Commercial Items (OCT 2014) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (DEC 2018) Alternate I (OCT 2014) FAR 52.212-4, Contract Terms and Conditions--Commercial Items (OCT 2018) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (JAN 2020) DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (DEC 2018) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2, Clauses Incorporated By Reference (FEB 1998) DLAD Proc Note� L08, Use Of The Supplier Performance Risk System (SPRS) In Past Performance Evaluations (APR 2018) System of Award Management Requirement No award will be made to a contractor not registered in the System of Award Management (SAM). In addition, the Contractor�s Representations and Certification must be listed in the SAM database. Reference https://www.acquisition.gov or https://www.sam.gov/portal/public/SAM/. Note: There is no fee to register and use this site. During the life of the purchase order, the contractor must always have an active status in SAM during the life of this contract. Invoices will be paid using the financial information provided in the contractor�s SAM profile. Failure to keep an active status may result in payment delays and other administration delays. Quotes are due by 3:00 p.m. (EST) time on March 20, 2020. Electronic quotes must be submitted via e-mail to Eric Heil at eric.heil@dla.mil. Facsimile quotes will not be accepted. Questions regarding this combined synopsis/solicitation notice may be directed to Eric Heil no later than March 17, 2020 before noon. Please identify notice reference # SP4702-20-Q-0004 with each question. All questions regarding this combined synopsis/solicitation notice shall be submitted in writing via email to: eric.heil@dla.mil / 614-692-8634. Other Acquisition Notes: 1.� The hardcopy/electronic (e-mail) submission is considered the official offer. If there are any discrepancies between submitted offers and the original offer, submitted version will take precedence. 2.� It is the Government�s intention to award without discussions, however the Government retains the right to conduct discussion, if needed. Offerors are encouraged to present their best technical offer and prices in their initial offer submission. 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. 3.� If an offeror believes that the requirements in these instructions contain an error, an ambiguity, omission, or are otherwise deemed unsound, the offeror shall immediately notify the Contracting Officer in writing with supporting rationale. The offeror is reminded that the Government reserves the right to award this effort based on the initial offer, as received, without clarifications. 4.� Pursuant to FAR 13.106-1(b)(1)(i), the Contracting Officer has determined that only one source is capable of providing the supplies required at the level of quality required because the supplies are unique and highly specialized.� A redacted Sole Source Justification has been uploaded as Attachment # 3.�� 5.� Selection of an offeror for contract award will be made on the basis of an assessment of each offeror�s response to the combined synopsis/solicitation notice. As a combined synopsis/solicitation notice based on Lowest Price, selection of the awardee will be made on the basis of the lowest evaluated price among offerors technically capable of satisfying the Government�s requirement, and that meet the responsibly criteria of FAR 9.104-1.� 6.� DLA Internet Bid Board System (DIBBS) quotations are no acceptable for this combined synopsis/solicitation notice. Offeror�s must complete the entire combined synopsis/solicitation notice including amendments previous posted in http://www.fedbizopps.gov. Quotes must be submitted on hard copy of this combined synopsis/solicitation notice and scanned and emailed to eric.heil@dla.mil before the closing date of the notice. 7.� Contractor must be registered in �System for Award Management� (SAM) before quote submission. Check the following SAM website link for registration and/or SAM expiration date, www.sam.gov. Submit SAM�s certification with your quote. Quotes and SAM�s certification dates must match. 8.� COMPLETE QUOTE INSTRUCTIONS Contractors shall provide their quote in the following manner, using zip file: a.� SECTION B - Vendor fill-in of pricing, one (1) PDF document. b.� SAM Certifications; evidence showing your company is registered in SAM's. One (1) PDF document. c.� Price Quote � includes all products and accompanying warrantees.� One (1) PDF document. 9.� FINAL INSPECTION AND ACCEPTANCE Upon delivery of all items, a final inspection will be performed by the Contracting Officer or their authorized representative, and authorized representatives from the Product Test Center (PTC) Analytical Lab - Philadelphia, TA-DAB (Project Manager). 10.� Quotes will be received by electronic commerce methods (e-mail) �only�. The acquisition specialist shall authorize receipt of e-mailed quotes only on those notices where there is a reasonable expectation the quote will not exceed the maximum size limit of 15 MB, therefore it is inappropriate to authorize e-mailed quotes for very large and/or complex notice. If the size and/or complexity of the initial quote submission makes it impractical for the initial quote to be e-mailed, the acquisition specialist may authorize use of e-mail only for modifications and revisions to quote. Contact Eric Heil, 614-692-8634, to receive a verbal confirmation that the quote was successfully received. 11.� Contractor must complete provision 52.212-3, Offeror Representations and Certifications- Commercial Items; OR indicate that your company's representation's and certifications are current and available via Sam.gov. Attachments: # 1 � Section B # 2 � Full Text Provisions and Clauses # 3 � Limiting Competition Determination �Brand Name� (Redacted) Quote MUST be good for 60 calendar days after close of the notice. ASSISTANCE IN SUBMITTING DOCUMENTS/INVOICES INTO THE WIDE AREA WORKFLOW (WAWF) If you need instruction on how to submit an invoice to the Government in WAWF, follow the below instructions. It is not necessary to log into WAWF to access the training. Click on the Help/Training folder located on the top right hand corner WAWF home page. https://wawf.eb.mil/xhtml/unauth/home/login.xhtml# Go to Training Click on Web based Training Click on iRAPT Go to Roles and click on vendor Click Vendor creating documents in iRAPT Under Document, Scroll down through the documents list and selected the document you wish to learn about. In this case the document you should select is The 2 in 1 (Services Only). You find both a video and step by step instructions on how to complete any the form and be able to submit your invoice into WAWF. After reviewing this information and you are still having problems, you can call the Defense Finance and Accounting Services (DFAS) Help Desk at 1-800-756-4571 Prompt 2. Their hours of operation are between 7:30 AM to 4:30 PM; Monday to Friday Eastern Standard Time. Assistance may also be available to assist in the submission of the invoice by contacting the Procurement Technical Assistance Center (PTAC) office located in your State. There is an office for your county. Their website for further information is: http://www.dla.mil/HQ/SmallBusiness/PTAC.aspx#DDL_Lines
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a39db550961a4c96aebfc5013955e9bd/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05582219-F 20200308/200307085920 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |