SOLICITATION NOTICE
34 -- Solicitation/Synopsis Combo for Brand-Name Makino Machine
- Notice Date
- 9/16/2020 2:17:11 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333517
— Machine Tool Manufacturing
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-20-Q-0261
- Response Due
- 9/21/2020 12:00:00 PM
- Archive Date
- 10/06/2020
- Point of Contact
- Vanessa Terrazas, Brianna Murphy, Phone: 3013940261
- E-Mail Address
-
vanessa.g.terrazas.civ@mail.mil, Brianna.Murphy.ctr@mail.mil
(vanessa.g.terrazas.civ@mail.mil, Brianna.Murphy.ctr@mail.mil)
- Description
- 6.�� �Description: One (1) Makino Universal 3 (U3) Heat Computer Numerical Control (CNC) Wire Electrical Discharge Machine (EDM) Disclaimer: 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 acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07. For purposes of this acquisition, the associated NAICS code is 333517. The small business size standard is 500. Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: One (1) Makino Brand-Name Universal 3 (U3) Heat Computer Numerical Control (CNC) Wire Electrical Discharge Machine (EDM) to include shipping costs. Delivery: Delivery is required by 10/30/2020. Delivery shall be made to the Logistics Warehouse, Building 321, 6375 Johnson Road, Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at Destination. The FOB point is Destination. Clauses: I. The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition.� The following addenda have been attached to this provision: In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong. II. Evaluation Criteria - The specific evaluation criteria to be used are as follows: � In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government.� Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government�s minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government�s minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance): Price Technical Capabilities/Specification Past Performance III. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. IV. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None V. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition.� The following additional FAR/DFARS clauses cited in this clause are applicable: FAR: 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) 52.209-6 PROTECTING THE GOVERNMENT�S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED SUSPENDED OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION (JUL 2013) � 52.222-3 CONVICT LABOR (JUN 2003) 52.222-19 DEVIATION 2020-O0019 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2016) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26 EQUAL OPPORTUNITY (SEP 2016) 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (OCT 2015) 52.222-36 Equal Opportunity (Sept 2016) 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (FEB 2016) 52.222-50 COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL CONTRACTOR REGISTRATION (JUL 2013) � 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) DFARS: 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) �� �252.204-7008 Compliance with Safeguarding Covered Defense Information �� �Controls �� �252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND �� �CYBER INCIDENT REPORTING (OCT 2016) �� �252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT �� �CONTRACTORS (MAY 2016) �� �252.204-7016 COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT �� �OR SERVICES-REPRESENTATION (DEC 2019) �� �252.204-7017 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE �� �TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION �� �(DEC 2019) 252.204-7018 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (DEC 2019) 252.213-7000, NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PEFORMANCE INFORMATION RETRIEVAL SYSTEM�STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (MAR 2018) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7000 BUY AMERICAN�BALANCE OF PAYMENTS PROGRAM CERTIFICATE�BASIC (NOV 2014) 252.225-7001 Buy American Act and Balance of Payments Program � 252.225-7974 DEVIATION 2020-O0005 REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (DEVIATION 2020-O0005) (FEB 2020) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUNE 2012) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019) VI. The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): FAR: 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) DFARS: 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.225-7048 EXPORT CONTROLLED ITEMS (JUNE 2013) Full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document: 52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (Feb 1998) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) Adelphi Special Instructions: ACC - APG POINT OF CONTACT � TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE RECEIVING ROOM REQUIREMENTS � APG EXCEPTIONS IN PROPOSAL PAYMENT OFFICE (BANKCARD � INVOICES REQUIRED) TAX EXEMPTION CERTIFICATE BRAND NAME OR EQUAL AWARD OF CONTRACT ADELPHI CONTRACTING DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS VII. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A VIII. The following notes apply to this announcement: -In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. - DNI Waiver 20-00733 - Waiver of Section 889 of FY19 NDAA The PSC code for this action 3314 is temporarily waived under section 889 of Fiscal Year 2019 National Defense Authorization Act. 52.204-26 certification (and the 52.204-24 certifications) from the offeror is not required. IX. Offers are due on 09/21/2020, by 3:00 pm Eastern Standard time (EST), via email to Vanessa Terrazas, vanessa.g.terrazas.civ@mail.mil Please reference solicitation W911QX-20-Q-0261 on any correspondence X. For information regarding this solicitation, please contact Vanessa Terrazas, vanessa.g.terrazas.civ@mail.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c0d2860efa514ebe9ac891c1310d0f77/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN05799891-F 20200918/200916230202 (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 |