Cargo Hook Test Stand
Oral Communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the Agency. Quotes are due no later than August 23, 2019, 4:... Oral Communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the Agency. Quotes are due no later than August 23, 2019, 4:00 pm CST. Any request for information regarding this solicitation is due no later than August 14, 2019. 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; quotes are being requested and a written solicitation will not be issued. Solicitation number W58RGZ-19-Q-0068 is issued as a request for quotation (RFQ). The Government reserves the right to award without discussions. The solicitation document and incorporated provisions and clauses are in effect through the Federal Acquisition Circular 2019-03. The requirement is a 100% small business set aside. The associated NAICS code is 336413. The small business size standard is 1,250. Description of the requirement is as follows: Solicitation Number W58RGZ-19-Q-0068 is issued as a request for a Firm Fixed Price quote for one Cargo Hook Test Stand to include equipment, installation, and training. The US Army Contracting Command, Redstone Arsenal, intends to issue a firm fixed price contract. The Government intends to use the policies and procedures of FAR Part 12 in conjunction with those at FAR Part 13 for this effort. Please see the attached Statement of Work and exhibits for a complete description of the requirement. Note, for access to Depot Maintenance Work Requirement (DMWR): Technical data can only be distributed to contractors who have a current DD Form 2345, Militarily Critical Technical Data Agreement on file with Defense Logistics Information Service (DLIS). Technical data that are export-controlled must be marked with an export control warning notice. This statement identifies technical data which the DoD will withhold from public release using authority in 10 U.S.C. 130. The Government's right to use, modify, reproduce, release, perform, display, or disclose such technical data are restricted for the Contractor/their subsidiaries/or sub-contractors' at every level. Any reproduction of technical data or portions thereof marked with these legends must also reproduce these legends on such technical data. Contractors wanting to obtain access to the unclassified technical data drawings MUST have Joint Certification Program (JCP) certification. Instructions for obtaining JCP certification can be found at: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. The place of inspection and acceptance is Destination. FOB is at Destination. Shipping Address is as follows: (Standard commercial packaging and shipping is sufficient for this requirement) SHIP-TO: W91CAT, CORPUS CHRISTI ARMY DEPOT 540 FIRST ST, SE BLDG. 1846 (VICTOR MORENO, 361-961-9052) MAIL STOP #77, CORPUS CHRISTI, TEXAS 78419-5211 The requiring activity requests a delivery date no later than 6 months after receipt of the contract award. Earlier delivery is desired if at no additional cost to the Government. Provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition and any addenda to the provision also apply. Provision at 52.212-2, Evaluation - Commercial Items, is applicable. a. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, using a Lowest Price Technically Acceptable (LPTA) method in accordance with DOD Source Selection Manual, Appendix C. Award will be made on the basis of the lowest price meeting technical acceptability standards as described in the solicitation and Statement of Work (SOW). b. Offers that do not conform to the requirements of the solicitation and SOW may be rejected without further evaluation, deliberation, or discussion. 1. The Technical evaluation criteria will consist of the following: i. Sub-factor One: Test Stand Function ii. Sub-factor Two: Organizational Management iii. Sub-factor Three: Equipment Design *Please see the attached technical evaluation criteria for specifications. 2. Past Performance: The DOD CPARS/ PPIRS data base will be queried to determine that the offeror has a combined satisfactory rating for all reports related to this industry submitted over the last 5 years. The absence of a report will not be treated unfavorably towards an offeror. 3. Past Performance and Technical will be evaluated as either Acceptable or Unacceptable. 4. Technically Acceptable means the offeror must be considered Acceptable in the technical evaluation criteria. In order to be considered awardable, the offeror must receive an Acceptable rating in each Technical factor and in Past Performance. Award will be made to the responsible contractor who is found technically acceptable and has the lowest evaluated price. Offerors shall be registered in System for Award Management (SAM) in accordance with provision 52.204-7. Offerors shall ensure the provision 52.212-3, Offeror Representations and Certifications - Commercial Items, are current, accurate and complete in SAM. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and any addenda to the provision also apply. Clause at 52.212-5 Contract Terms and Conditions - Required to Implement Statutes or Executive Orders - Commercial Items, also applies to this acquisition and additional FAR clauses may be cited as needed. Terms and conditions for this requirement are consistent with customary commercial practices. Contract financing is not authorized. The Government will not pay progress payments. Payment shall be made through Wide Area Work Flow (WAWF), in Accordance with DFARS 252.232-7006. DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports and Instructions. Payment method shall be through Wide Area Work Flow. DFARS 252.232-7006 - Wide Area Work Flow Payment Instructions. The contractor shall provide a warranty in accordance with FAR 52.246-19. Quote shall be valid for 120 days after last solicitation amendment/closing. Quotes shall be submitted by email only to susan.m.bryan.civ@mail.mil. Other electronic or hard copy submissions are not authorized. QUOTES/OFFERS RECEIVED AFTER THE SPECIFIED DUE DATE AND TIME WILL NOT BE CONSIDERED FOR AWARD. For further information regarding this solicitation, contact Susan Bryan, 256-842-7304, email at susan.m.bryan.civ@mail.mil or Patrick Schanley, 256-842-7560, email: patrick.m.schanley.civ@mail.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »