Applanix
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. The solicitation number is W912EQ-19-Q-0028 and is being issued as a Request for Quote. This procurement is Small Business. The associated NAICS code is 334511with a size standard of 1,250. All responsible sources may submit a quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery it is the offeror's responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a quotation on company letterhead to include all charges for the below listed items to be delivered in accordance with the specifications listed below: DESCRIPTION/ STATEMENT OF WORK: The U.S. Army Corps of Engineers (USACE), Memphis District has a supply and delivery requirement for providing Applanix POSPac MMS SmartBase (Part Number: PPSMTB1M GNSS Aided Inertial Processing Tools for generation of post-processed GNSS-Aided Inertial navigation Solution for installation on PC under Windows XP/7/10. Includes: • Applanix SmartBaseTM Post-processed Virtual Reference Station Module • Applanix IN-FusionTM Inertially Aided GNSS KAR Processing Technology • One-Year Maintenance for POSPac MMS SmartBase: Standard software warranty Service packs Software upgrades when and if available Part Number PPSMTBMO POSPac MMS SmartBase, USB Licence & Extended s/w maintenance. Price should include all shipping charges to Ensley Engineer Yard 2915 Riverport Road, Memphis, TN 38109-3018. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by email to LaTasha. N. Martin@usace.army.mil. Questions not received within a reasonable time prior to close of the solicitation may not be considered. Contractors shall submit quote on company letterhead to include pricing for the requested service items, with its unit price, extended price, total price, delivery date, prompt payment terms, remittance address, tax identification number, DUNS number, and cage code. Contractor shall submit completed clause 52.212-3, Offerors Representation and Certifications, Commercial Items. FAR 52.212-2 Evaluation - Commercial Items: The Government will award a contract, from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government based on price. Offeror's price quote will be evaluated to determine price reasonableness. Prices which are excessively high or low may be considered unrealistic and unreasonable may receive no further consideration. All quotes submitted will be evaluated for (1) Technical Acceptability, (2) Satisfactory Past Performance, and (3) Price. The government will issue award to the Offeror whose quote is the Lowest Price of those determined to meet at least the minimum requirements to be determined technically acceptable & that demonstrates satisfactory past performance. Submittals; It is incumbent upon the offeror to submit sufficient information for the Government to make a determination of your technical acceptability, satisfactory past performance and price. Failure to submit sufficient information for the government to determine your technical acceptability, satisfactory past performance or price may be cause for rejection of your quote Technical Acceptability - to be determined technically acceptably offerors shall submit for evaluation, documentation of their capability to provide the specified services in accordance with the project Scope of-Work, including but not limited to, the capability to provide the services specified, and in accordance with the specified delivery schedule. Technical literature, brochures, equipment list, or any other information to enable the Government to determine the offeror's capability to perform work or provide requested items. Satisfactory Past Performance - A review of past performance will be conducted on this requirement. The quality and delivery classifications identified for a supplier in the Past Performance Information Retrieval System??Statistical Reporting (PPIRS?SR) application (http://www.ppirs.gov/) will be used by the contracting officer to evaluate a supplier's past performance. In the case of a supplier without a record of relevant past performance history in PPIRS?SR for the FSC or PSC of the supplies being purchased, the supplier may not be evaluated favorably or unfavorably for its past performance history. Price - Price quotes will be examined to determine the extent to which proposed prices are comparable with the Government estimates, and previous procurement history and a determination made of Price Reasonableness. The Government may reject any proposal that is determined to be Not Fair and Reasonable, unrealistically high or low in price when compared to Government estimates, or are unbalanced, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the requirements. It is incumbent upon the offeror to submit sufficient documentation and information for the Government to determine technical acceptability, satisfactory past performance and proposed price. Failure to submit sufficient information for the government to determine technical acceptability, past performance or price may be cause for rejection of your quote. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses can be accessed electronically at website: http://www.farsite.hill.af.mil. FAR 52.204-7 System for Award Management FAR 52.204-13 System for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-3 Offeror Representation and Certifications--Commercial Items FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items FAR 52.225-18 Place of Manufacture FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors The following are applicable under FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Dev): FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note) FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-13 Notice of Set-Aside of Orders FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Equal Opportunity for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (SAM) The following DFARS Clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 System for Award Management, Alternate A DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources of Subcontracting DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by Thursday May 02, 2019 no later than 10:00 AM (CST) at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-19-Q-0028 addressed to LaTasha Martin (901) 544-3037, Fax (901) 544-3710, email: LaTasha.N.Martin@usace.army.mil. Vendors not registered in System for Award Management Registration (SAM) database prior to award will not be eligible for award. Vendors must also be registered in SAM under the applicable NAICS code 334511 as indicated in this RFQ to be considered for award. Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »