Sole Source Requirement Service Contract for Crane Rigging, 6 Line Items in Huntsville, AL and on Redstone Arsenal, AL
Description: 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. ... Description: 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-U-0008 is being issued as a request for quote; however, the US Army Combat Capabilities Development Command Aviation and Missile Center intends to issue a sole source firm fixed price purchase order to Barnhart for Crane and Rigging Services, 731 Finley Island Road, Decatur, AL 35602. 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. "Barnhart is uniquely qualified to successfully perform the removal and relocation of the heavy, delicate, and expensive nScrypt machine. Barnhart is the only company that possesses the necessary equipment (crane, drivers, platforms, etc.), the required insurance, and the confidence to successfully perform this project." The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05. This requirement is for crane and rigging services to/from Huntsville, AL and Redstone Arsenal, AL. The contractor must possess required insurance and shall be located within 40 miles of Huntsville to allow for quick response to the moving site to avoid additional moving costs imposed by the moving company incurred due to waiting time and shall perform the following services: Line Item 1. Lift, remove, load, haul, unload and set nScrypt machine from 3rd floor at Engenious Micro, 1300 Meridian Street Suite 3000, Huntsville, AL to Bldg 5405, Redstone Arsenal, AL. Line Item 2. Unload and set DMG MORI lasertec into Bldg 5405, Redstone Arsenal, AL. Line Item 3. Lift, remove/load/haul and set 3D Systems ProX 320 machine from ASRC Federal, 289 Dunlop Blvd Bldg 300, Huntsville, AL to Bldg 5405, Redstone Arsenal, AL. Line Item 4. Load Monarch Lathe from Bldg 5422 Redstone Arsenal, AL. Line Item 5. Unload Monarch Lathe and set in Bldg 5422 Redstone Arsenal, AL. Line Item 6. Remove/Load Remedy Lathe from Bldg 5422, transport unload and set into Bldg 7103, Redstone Arsenal, AL. The anticipated period of performance is twelve months after award. The following Contract Line Item Numbers (CLINs) will be included in the subsequent award: - CLIN 0001 - Supply/Service CLIN - This CLIN will be issued for the total acquisition of the required crane and rigging services to/from Huntsville, AL and Redstone, AL. - CLIN 0002 - Contractor Manpower Reporting (CMR) - See the attached Specification Requirement for the CMR requirements. The place of delivery, acceptance and FOB point is: US Army Combat Capabilities Development Command Aviation and Missiles Command Center Weapons Development and Integration Directorate Building 5420 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 (Jul 2016) • 52.204-17 - Ownership of Control of Offeror (Jul 2016) • 52.204-18- Commercial and Government Entity Code Maintenance (Jul 2016) • 52.204-19-Incorporation by Reference of Representations and Certifications • 52.204-22-Alternative Line Item Proposals • 52.212-1 - Instructions to Offerors - Commercial Items(DEVIATION 2018-O0018) • 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 (Oct 2016) o 52.209-6-Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) o 52.209-10-Prohibition on Contracting with Inverted Domestic Corporations (N0v 2015) o 52.219-28 - Post Award Small Business Program Representation (Jul 2013) o 52.222-3 - Convict Labor (June 2003) o 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Oct 2016) o 52.222-21 - Prohibition of Segregated Facilities (Apr 2015) o 52.222-26 - Equal Opportunity (Sep 2016) o 52.222-36-Equal Opportunity for Workers with Disabilities (Jul 2014) o 52.222-41-Service Contract Labor Standards (May 2014) o 52.222-42- Statement of Equivalent Rates for Federal Hires (May 2014) o 52.222-50-Combating Trafficking in Persons (Mar 2015) o 52.222-55-Minimum Wages Under Executive Order 13706 (Jan 2017) o 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017 o 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving 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 (Aug 1996) o 52.233-4- Applicable Law for Breach of Contract Claim (Oct 2004) • 52.232-39 -Unenforceability of Unauthorized Obligations • 52.232-40 - Providing Accelerated Payments to Small Business Subcontractor • 52.233-1 -Disputes • 52.237-2-Protection of Government Buildings, Equipment, and Vegetation • 52.242-15 - Stop-Work Order • 52.243-1 -Changes-Fixed Price (Aug 1987)-Alternate I (Apr 1984) • 52.246-1 Contractor Inspection Requirements • 52.246-4-Inspection of Services-Fixed Price • 52.247-34 -F.O.B. Destination • 52.252-1 -Solicitation Provisions Incorporated by Reference • 52.252-2-Section Clauses Incorporated by Reference (Feb 1998), where*denotes contract section • 52.252-6 Authorized Deviation in Clauses The following DFARS clauses are applicable to this requirement: • 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials • 252.203-7002-Requirements to Inform Employees od Whistleblower Rights • 252.203-7005-Representation Relating to Compensation of Former DoD Officials (Nov 2011) • 252.204-7003-Control of Government Personnel Work Product • 252.204-7008-Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) • 252.204-7012 - Safeguarding of Covered Defense Information and Cyber Incident Reporting (Oct 2016) • 252.204-7015-Notice of Authorized Disclosure of Information for Litigation Support (May 2016)? • 252.215-7013-Supplies and Services Provided by Nontraditional Defense Contractors • 252.223-7008-Prohibition of Hexavalent Chromium (Jun 2013) • 252.225-7001-Buy American and Balance of Payments Program (DEC2016) • 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 (Dec 2006) • 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 (Jun 2013) • 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. Payment will be made via Wide Area Workflow (WAWF) in accordance with DFARS 252.232-7006. Quotes are due no later than 4:00 pm (CST), 06 September 2019 in the contracting office. Electronic quotes are preferred, but fax quotes and mailed quotes will be accepted. Quotes may be submitted to Irsha Maske at Irsha.a.maske.civ@mail.mil via facsimile at 256-313-8628, marked to the attention of Irsha Maske. If mailing responses, please allow at least two additional days for mail distribution on the arsenal, and send to: ACC-RSA, CCAM-RDB ATTN: Irsha Maske (256-842-1826) Building 5400, Room B132
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »