Uninstallation, Packing, Loading and Transportation from Chicago, IL to Redstone Arsenal, AL, Building 5405, and Unpacking and Re-installation of DMG MORI Lasertec 4300 Machine
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 announce... 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; proposals are being requested and a written solicitation will not be issued. Solicitation number W31P4Q-19-Q-0110 is being issued as a request for quote; the U.S. Army Combat Capabilities Development Command intends to issue a sole source firm fixed price purchase order for the uninstallation, packing, loading and transportation from Chicago, IL to Redstone Arsenal, AL, Building 5405, and unpacking and re-installation of DMG MORI Lasertec 4300 machine. Authority cited: Statutory Authority permitting other than Full and Open Competition for this requirement is 10 U.S.C. 2304 (C)(1), as implemented by paragraphs 6.302-1 of the Federal Acquisition Regulation (FAR) entitled - Only one responsible source and no other supplies or services will satisfy agency requirements. As the manufacturer, DMG MORI is the only contractor qualified to disassemble, pack, ship, reinstall and recertify DMG MORI lasertec 4300 equipment after relocation to meet DMG MORI specifications. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. This is a new requirement for the uninstallation, packing, loading and transportation from Chicago, IL to Redstone Arsenal, AL, Building 5405, and unpacking and re-installation of DMG MORI Lasertec 4300 machine. The anticipated period of performance is from date of award through 12 months. The following Contract Line Item Numbers (CLINs) will be included in the subsequent award: - CLIN 0001 - Labor - This CLIN will be issued for the uninstallation, packing, loading and transportation from Chicago, IL to Redstone Arsenal, AL, Building 5405, and unpacking and re-installation of DMG MORI Lasertec 4300 Machine. - CLIN 0002 - Material - This CLIN will be issued for the packing material needed for transportation from Chicago, IL to Redstone Arsenal, AL, Building 5405 of DMG MORI Lasertec 4300 Machine. - CLIN 0003 - Travel - This CLIN will be issued for the travel in support of uninstallation, packing, loading and transportation from Chicago, IL to Redstone Arsenal, AL, Building 5405, and unpacking and re-installation of DMG MORI Lasertec 4300 Machine. - CLIN 0004 - Contractor Manpower Reporting (CMR) - See the attached Performance Work Statement (PWS) for the CMR requirements. The technical requirements for this action are contained in the attached PWS. The Quality Assurance Surveillance Plan (QASP) is also attached. The place of delivery, acceptance and FOB point is: CCDC-Aviation and Missile Center, WDID FCDD-AMW-PA Building 5405 Redstone Arsenal, AL 35898 All items shall include shipping costs FOB Destination to Redstone Arsenal, AL. All quotes shall include delivery dates expressed in days or weeks from award date. Any award resulting from this RFQ will be issued on Standard Form 1449 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. The following FAR provisions/clauses are applicable to this requirement: • 52.204-7 - System for Award Management • 52.204-13 - System for Award Management Maintenance • 52.204-16 - Commercial and Government Entity Code Reporting • 52.204-17 - Ownership of Control of Offeror • 52.204-18 - Commercial and Government Entity Code Maintenance • 52.204-23 - Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities • 52.209-11- Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law • 52.212-1 - Instructions to Offerors - Commercial Items (DEVIATION 2018-O0013) • 52.212-3 - Offeror Representations and Certifications - Commercial Items • 52.212-4 - Contract Terms and Conditions - Commercial Items • 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items o 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards o 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment o 52.209-10 - Prohibition on Contracting with Inverted Domestic Corporations o 52.219-28 - Post Award Small Business Program Representation o 52.222-3 - Convict Labor o 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Oct 2016) o 52.222-21 - Prohibition of Segregated Facilities o 52.222-26 - Equal Opportunity o 52.222-36 - Equal Opportunity for Workers with Disabilities o 52.222-41 - Service Contract Labor Standards o 52.222-42 - Statement of Equivalent Rates for Federal Hires o 52.222-50 - Combating Trafficking in Persons o 52.222-55 - Minimum Wages Under Executive Order 13658 o 52.222-62 Paid Sick Leave Under Executive Order 13706 o 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving o 52.225-3 - Buy American--Free Trade Agreements--Israeli Trade Act o 52.225-13 - Restrictions on Certain Foreign Purchases o 52.232-33 - Payment by Electronic Funds Transfer - System for Award Management o 52.233-3 - Protest After Award o 52.233-4 - Applicable Law for Breach of Contract Claim • 52.232-39 - Unenforceability of Unauthorized Obligations • 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors • 52.233-1 - Disputes • 52.242-15 - Stop-Work Order • 52.243-1 - Changes-Fixed-Price (Aug 1987) - Alternate IV (Apr 1984) • 52.246-2 - Inspection of Supplies-Fixed Price • 52.246-4 - Inspection of Services -- Fixed Price • 52.246-16 - Responsibility for Supplies • 52.247-34 - F.O.B. Destination • 52.252-2-Section Clauses Incorporated by Reference (Feb 1998), where*denotes contract section The following DFARS clauses are applicable to this requirement: • 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials • 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights • 252.203-7005 - Representation Relating to Compensation of Former DoD Officials • 252.204-7003 - Control of Government Personnel Work Product • 252.204-7008 - Compliance with Safeguarding Covered Defense Information Controls • 252.204-7012 - Safeguarding of Covered Defense Information and Cyber Incident Reporting • 252.204-7015 - Notice of Authorized Disclosure of Information for Litigation Support • 252.211-7003 - Item Unique Identification and Valuation • 252.223-7008 - Prohibition of Hexavalent Chromium • 252.225-7048 - Export-Controlled Items • 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports • 252.232-7006 - Wide Area Workflow Payment Instructions • 252.232-7010 - Levies on Contract Payments • 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel • 252.243-7001 - Pricing of Contract Modifications • 252.244-7000 - Subcontracts for Commercial Items • 252.247-7023 - Transportation of Supplies by Sea Other clauses may be included in the award if applicable. As defined in FAR 52.204-7, the successful offeror must be registered in the System for Award Management (SAM) database prior to award. Invoicing and payment will be made via Wide Area Workflow (WAWF) in accordance with DFARS 252.232-7006. Quotes are due no later than 3:00 pm (CST), 24 July 2019 in the contracting office. Electronic quotes are preferred, but fax quotes and mailed quotes will be accepted. Quotes may be submitted to Mr. Miroslaw Chodaba at miroslaw.chodaba.civ@mail.mil or via facsimile at 256-313-8628, marked to the attention of Miroslaw Chodaba. If mailing responses, please allow at least two additional days for mail distribution on the arsenal, and send to: ACC-RSA, CCAM-MZA-B ATTN: Miroslaw Chodaba (256-876-2105) Building 5400, Lindner Road, Room B132 Redstone Arsenal, AL 35898-5250 Oral communications are not acceptable in response to this notice. NO FOREIGN PARTICIPATION IS ALLOWED. All responsible sources may submit an offer which shall be considered by the agency. In the event multiple quotes are received, the quotes will be evaluated on the basis of lowest price, technically acceptable. All quotes should also include a copy of your commercial pricelist or price support along with your CAGE code, Taxpayer Identification Number, and DUNS number. Quotes/offers received after the specified due date and time will not be considered for award. For further information or questions regarding this solicitation, contact Mr. Miroslaw Chodaba via email at miroslaw.chodaba.civ@mail.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »