SOLICITATION NOTICE
61 -- Acquisition of Christie Brand R-400 (CE) Mobile 28-Volt Ground Power Units (GPUs) to Include Upgrades/Parts
- Notice Date
- 11/19/2020 12:32:04 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- W6QK ACC-APG DIR ABER PROV GRD MD 21005-3013 USA
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-21-Q-0002
- Response Due
- 12/8/2020 10:00:00 AM
- Archive Date
- 12/03/2020
- Point of Contact
- Birgit M. Jones
- E-Mail Address
-
birgit.m.jones.civ@mail.mil
(birgit.m.jones.civ@mail.mil)
- Description
- Synopsis: This is a combined synopsis and solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and Solicitation for Commercial Items�, as applicable, and 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 requirement is unrestricted; all qualified Contractors are encouraged to submit a quote. This solicitation is issued as a request for quotation (RFQ) for the acquisition of Two (2) Christie brand R-400 (CE) Mobile 28-Volt Ground Power Units to include parts in accordance with the product list, upgrades and specifications included in the Statement of Work (SOW). The solicitation number is W91ZLK-21-Q-0002. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-09, effective 26 October, 2020. Description of Requirements: The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) is seeking Contractors to provide two (2) Christie brand R-400 (CE) Mobile 28-Volt Ground Power Units in accordance with the product list, upgrades and specifications included in this Request for Quote (RFQ). Please refer to the statement of work for product list, technical specifications/upgrades, and additional requirements (Attachment I). This is a Brand Name Only acquisition IAW 10 U.S.C. 2304(c)(1), as implemented by FAR 13.106-1(b)(1)(ii) Particular brand-name item and no other supplies or services will satisfy agency requirements for the Purchase and Delivery of Christie equipment listed in the SOW. Quotes shall specifically address each requirement listed in the document and shall include manufacturer�s warranties for the equipment. The Contractor shall specify delivery estimates, unit prices, and extended prices with quote submissions. This requirement is unrestricted represented by the North American Industry Classification System (NAICS) Code 335312 (Ground Power Units (GPU) manufacturing) and the size standard is 1,250 employees. Instructions and Information to Offerors: By submitting a quote the Contractor agrees to the notations identified in the Statement of Work. The Government intends to award a Firm Fixed Price (FFP) contract to the Lowest Priced, Technically Acceptable (LPTA) proposal in accordance with FAR 15.101-2 �Lowest price technically acceptable source selection process� that meets the requirement specifications. The technical evaluation will be based on the technical specifications listed in the attached statement of work. Determination of Responsibility: All quotations from responsible and qualified sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM), www.sam.gov database prior to award will not be considered. Vendors may register with SAM online at the website link provided. Submission Procedures: ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-21-Q-0002 PROPOSAL FROM (INSERT COMPANY NAME) The offeror shall include Company Name, Point of Contact, and Company Cage Code. All questions regarding this solicitation must be submitted to the Contract Specialist, Birgit M. Jones, via email no later than 4:00 P.M. Eastern Standard Time (EST) on Friday, 4 December, 2020 to birgit.m.jones.civ@mail.mil. Responses to this solicitation must be signed, dated, and received no later than 1:00 P.M. Eastern Standard Time (EST) on Tuesday, 8 December, 2020. Responses must be sent by email directly to the Contract Specialist, Birgit M. Jones: birgit.m.jones.civ@mail.mil. NO TELEPHONE INQUIRIES WILL BE HONORED. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) �Late submissions, modifications, revisions, and withdrawals of offers�. The Government reserves the right to cancel the referenced solicitation if deemed to be in its best interest. 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 Contract Specialist 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 addresses: https://www.acquisition.gov/content/regulations http://www.acq.osd.mil/dpap/sitemap.html The following clauses and provisions apply to this acquisition and are incorporated by reference: FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 FAR 52.204-7 System for Award Management OCT 2018 FAR 52.204-8 Annual Representations and Certifications MAR 2020 FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020����������� FAR 52.204-19 Incorporation by Reference of Representations and Certifications DEC 2014 � � FAR 52.204-22 Alternative Line Item Proposal JAN 2017 FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed by Kaspersky Lab and Other Covered Entities JUL 2018 FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment OCT 2020 FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment AUG 2020 FAR 52.204-26 Covered Telecommunications Equipment or Services�Representation OCT 2020 FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation NOV 2015���� FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment JUN 2020 ��������� � FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015 ���� � FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or A Felony Conviction Under Any Federal Law FEB 2016 FAR 52.211-17 Delivery of Excess Quantities SEP 1989 FAR 52.212-1, Instructions to Offerors�Commercial Items (DEVIATION 2018-O0018) FAR 52.212-2, Evaluation- Commercial Items OCT 2014 FAR 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (JUN 2020) Alternate I OCT 2014 ��������� � FAR 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018 ������ � FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation 2018-O0021) OCT 2020 Alternate I FEB 2000������� FAR 52.219-1 Small Business Program Representations MAR 2020 � Alternate I SEP 2015 FAR 52.219-4 Notice of Price Evaluation Preference for Hubzone Small Business Concerns (Deviation 2020-O0008) MAR 2020 FAR 52.219-28 Post-Award Small Business Program Representation MAY 2020 FAR 52.219-33 (Dev) Nonmanufacturer Rule (DEVIATION 2020-O0008) MAR 2020 ����� � FAR 52.222-3 Convict Labor JUN 2003 FAR 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products FEB 2001 FAR 52.222-19 (Dev) Child Labor - Cooperation with Authorities and Remedies (DEVAITION 2020-O0019) JUL 2020 ��� � FAR 52.222-21 Prohibition Of Segregated Facilities APR 2015 FAR 52.222-25 Affirmative Action Compliance APR 1984 FAR 52.222-26 Equal Opportunity SEP 2016��� FAR 52.222-50 Combating Trafficking in Persons OCT 2020 FAR 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving JUN 2020 ����������� �� FAR 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 FAR 52.225-18 Place of Manufacture AUG 2018 FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications JUN 2020 FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management OCT 2018 FAR 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 FAR 52.233-1 Disputes MAY 2014 FAR 52.233-3 Protest After Award AUG 1996 FAR 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 FAR 52.243-1 Changes- Fixed Price AUG 1987 FAR 52.246-2 -- Inspection of Supplies -- Fixed-Price AUG 1996����� FAR 52.247-34 F.O.B. Destination NOV 1991 � � FAR 52.247-45 F.O.B. Origin And/Or Destination Evaluation APR 1984 FAR 52.252-2 Clauses Incorporated By Reference FEB 1998 ��������� � FAR 52.252-3 Alterations in Solicitation APR 1984 ���� � FAR 52.252-4 Alterations in Contract APR 1984 ��������� � FAR 52.252-5 Authorized Deviations In Provisions APR 1984 �������� � FAR 52.252-6 Authorized Deviations In Clauses APR 1984 FAR 52.253-1 Computer Generated Forms JAN 1991 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 � � DFARS 252.204-7006 Billing Instructions OCT 2005 DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 � DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation DEC 2019 DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation DEC 2019 DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Equipment or Services DEC 2019 DFARS 252.211-7003 Item Unique Identification and Valuation MAR 2016 DFARS 252.211-7008 Use of Government-Assigned Serial Numbers SEP 2010� DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations SEP 2019 � DFARS 252-215-7007 Notice of Intent to Re-solicit JUN 2012 DFARS 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 DFARS 252.225-7001 Buy American And Balance Of Payments Program-- Basic DEC 2017 DFARS 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2017 DFARS 252.225-7016 Restriction On Acquisition Of Ball and Roller Bearings JUN 2011 DFARS 252.225-7048 Export-Controlled Items JUN 2013 ���� � DFARS 252.225-7051 Prohibition on Acquisition of Certain Foreign Commercial Satellite Services DEC 2018 DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 � � DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions DEC 2018 ����� � DFARS 252.232-7010 Levies on Contract Payments DEC 2006 DFARS 252.243-7001 Pricing Of Contract Modifications DEC 1991 ���������� � DFARS 252.244-7000 Subcontracts for Commercial Items JUN 2013 DFARS 252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System AUG 2016 DFARS 252.246-7008 Sources of Electronic Parts MAY 2018 DFARS 252.247-7023 Transportation of Supplies by Sea FEB 2019 ���������
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/74aa7661bd4f419787926a4ea30f75d3/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Record
- SN05857252-F 20201121/201119230226 (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 |