SOLICITATION NOTICE
66 -- One (1) Siliconization Furnace
- Notice Date
- 8/8/2024 9:32:23 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333994
— Industrial Process Furnace and Oven Manufacturing
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX24Q0106
- Response Due
- 8/29/2024 8:59:00 AM
- Archive Date
- 09/13/2024
- Point of Contact
- Nicole G. Hernandez, Phone: 5756784979
- E-Mail Address
-
nicole.g.hernandez2.civ@army.mil
(nicole.g.hernandez2.civ@army.mil)
- Description
- ����������������������� (i)� 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 A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE competitive in terms of market prices, quality, and delivery. If ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING oFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE first, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET. ����������������������� (ii)� The solicitation number is W911QX24Q0106� This acquisition is issued as an Request For Quotation (RFQ) ����������������������� (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05. ����������������������� (iv)� This acquisition is set-aside for Small Business Set Aside (SBSA) {insert type of set-aside.� If not set-aside, DELETE this sentence and continue}.� The associated NAICS code is 333994. �The small business size standard is 500. THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE competitive in terms of market prices, quality, and delivery. If ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING oFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE first, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET. ����������������������� (v)�� The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):� {insert CLIN No(s)., DESCRIPTION(s); QTY(s); and UNIT(s).} Contract Line Item Number (CLIN) 0001: The Government requires; quantity one (1), EACH, siliconization furnace. CLIN 0002:� The Contractor shall provide delivery to Aberdeen Proving Grounds, MD 21005, quantity one (1), EACH. CLIN 0003: The Contractor shall provide a minimum of quantity one (1), EACH, day of on-site service for installation and training of complete system. CLIN 0004: The Contractor shall provide quantity, one (1), EACH, standard warranty. The warranty shall include technical support and phone support with the ability to provide an on site technicial within 24 hours to address any issues/problems with the system������������������ (vi) �Description of requirements: Contract Line Item Number (CLIN) 0001: The Government requires one (1) siliconization furnace, that meet the Government�s minimum requirements, see attached Salient Characteristics document. CLIN 0002:� The Contractor shall provide delivery to Aberdeen Proving Grounds, MD 21005. CLIN 0003: The Contractor shall provide a minimum of one (1) day of on-site service for installation and training of complete system. CLIN 0004: The Contractor shall provide a standard warranty. The warranty shall include technical support and phone support with the ability to provide an on site technicial within 24 hours to address any issues/problems with the system. Contractual Limitations ����������� If contract financing is required, the advanced payment shall not exceed 15% of the contract price in accordance with (FAR Part 32.202-1(b)(6)). Anti-Terrorism (AT) Operational Security (OPSEC) Requirements: ����������� Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of performance within Army controlled installation, facility, or area. Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. ����������� For contractors that do not require CAC, but require access to a DoD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. Distribution Statement: Determination of contract submission documents and Determination of information generated from the performance of the contract: DISTRIBUTION STATEMENT A. Approved for public release; distribution is unlimited. Attachment: ����������� ARL Laboratory Layout for Furnace Install ����������������������� (vii) Delivery is required by 52 weeks After Receipt of Order (ARO).� ��Delivery shall be made to 6375 Johnson Road, building 321, Aberdeen Proving Ground 21005.� Acceptance shall be performed at 6375 Johnson Road, building 321, Aberdeen Proving Ground 21005.� The FOB point is Destination. ����������������������� (viii) The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition.� The following addenda have been attached to this provision: NONE ����������������������� (ix)� The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition.� The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: See attached Evaluation Criteria � Supplies (Tradeoff). ����������������������� (x)� Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. ����������������������� (xi)� 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 ����������������������� (xii)� 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 52.203-3 Gratuities (Apr 1984) 52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government Alternate I (Nov 2021) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-10 Reporting�Executive�Compensation and�First-Tier Subcontract�Awards (Jun 2020) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.204-27 Prohibition on a ByteDance Covered Application (JUNE 2023) 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.209-7 Information Regarding Responsibility Matters (Oct 2018) 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations ( NOV 2015) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) 52.219-8 Utilization of Small Business Concerns (FEB 2024) 52.219-14 Limitations on Subcontracting(Deviation 2021-O0008) (FEB 2023) 52.219-28 Post-Award Small Business Program Rerepresentation (FEB 2024) 52.219-33 Nonmanufacturer Rule (SEP 2021) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor�Cooperation with Authorities and Remedies (FEB 2024) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37 Employment Reports on Veterans (JUN 2020) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50 Combating Trafficking in Persons (NOV 2021) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) 52.232-33 Payment by Electronic Funds Transfer�System for Award Management (OCT 2018) 52.232-36 Payment by Third Party (MAY 2014) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) DFARS: 252.203-7005 Representation Relating to Compensation of Former DoD Officials (SEP 2022) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023) 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 (May 2021) 252.204-7018, Prohibition On the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2023) 252.215-7007 Notice of Intent to Resolicit (MAR 2022) 252.215-7008 Only One Offer (DEC 2022) 252.223-7008 Prohibition of Hexavalent Chromium (JAN 2023) 252.225-7000 Buy American--Balance of Payments Program Certificate�Basic (FEB2024) 252.225-7001 Buy American and Balance of Payments Program�Basic (FEB 2024) 252.225-7007 Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies (DEC 2018) 252.225-7012 Preference for Certain Domestic Commodities (APR 2022) 252.225-7052 Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten (MAY 2024) 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (MAY 2022) 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023) 252.226-7001 Utilization of Indian Organizations, Indian-Ownder Economic Enterprises, and Native Hawaiian Small Business Concerns (JAN 2023) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.243-7002 Request for Equitable Adjustment (DEC 2022) 252.244-7000 Subcontracts for Commercial Products or Commercial Services (NOV 2023) 252.246-7008 Sources of Electronic Parts (JAN 2023) 252.247-7023 Transportation of Supplies by Sea�Basic (JAN 2023) ����������������������� (xiii)� 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 (AUG 2020) 52.204-18 Commercail and Government Entity Code Maintenance �(AUG 2020) 52.204-20 Predecessor of Offeror (AUG 2020) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (NOV 2021) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2022) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (DEC2022) 252.204-7000 Disclosure Of Information (Oct 2016) 252.204-7003 Control of Government Personnel Work Product (APR 1992)252.204-7020 NIST SP 800-171 DoD Assessment Requirements (NOV 2023) 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (MAY 2022) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JAN 2023) FAR/DFARS FULL TEXT CLAUSES 52.204-25 Prohibition On Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26 Covered Telecommunications Equipment or Services�Representation (Oct 2020) 52.252-1 Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 252.211-7003 Item Unique Identification and Valuation (Jan 2023) 252.232-7006 Wide Area Workflow Payment Instructions (Jan 2023) ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT AT-OPSEC REQUIREMENTS DISTRIBUTION STATEMENT A GOV INSPECTION AND ACCEPTANCE TAX EXEMPTION CERTIFICATE (ARL) PAYMENT INSTRUCTIONS RECEIVING ROOM � APG DFARS COMMERCIAL CLAUSES EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS ����������������������� (xiv)� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A ����������������������� (xv)� The following notes apply to this announcement:� In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. ����������������������� (xvi)� Offers are due on 15 days Business Days after posting by 11:59am EST by email to Contract Specialist Nicole Hernandez nicole.g.hernandez2.civ@army.mil ����������������������� (xvii)� For information regarding this solicitation, please contact Contract Specialist Nicole Hernandez nicole.g.hernandez2.civ@army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5b1fdf105c804832bc9c5c4b47f9c9f2/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN07163108-F 20240810/240808230126 (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 |