Anthropomorphic Test Device Maintenance and Repair Contract
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 anno... 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. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01 (20 DECEMBER 2018). The solicitation number for this requirement is W91ZLK19R0028. This requirement has been deemed unrestricted under the associated North American Industry Classification System (NAICS) Code 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Systems, which has a business size standard of 500 Employees. The Government contemplates the award of a Firm-Fixed-Price (FFP), indefinite delivery, indefinite quantity (IDIQ) contract. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5, Simplified Procedures for Certain Commercial Items. Contractor shall provide a price to perform the requirements of the attached Performance Work Statement (PWS) for the Items included on the attached bid sheet. INSTRUCTIONS AND INFORMATION TO OFFERORS: The provision at FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition. 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, price and other factors considered. The lowest price technically acceptable (LPTA) process described in FAR 15.101-2 will be used, meaning the award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The technical evaluation will be a determination based on information furnished by the Contractor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. In order to be considered technically acceptable, Contractor responses must provide: a. Detailed information showing that the Contractor is able to meet the performance requirements of the Performance Work Statement; b. Point of contact name and contact information, company CAGE code, DUNS number, and TIN. Partial quotes will not be evaluated by the Government. SUBMISSION PROCEDURES: All questions regarding this solicitation must be submitted to the Contract Specialist via email no later than 12:00 p.m. Eastern Time, 3 April 2019, to christopher.m.neville2.civ@mail.mil. Responses to this solicitation must be signed, dated, and received no later than 09:00 a.m. Eastern Time, 22 April 2019. Responses must be sent by email directly to the Contract Specialist, Christopher M. Neville, at christopher.m.neville2.civ@mail.mil. All quotations from responsible sources will be fully considered. Contractors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Contractors may register with SAM online for free at www.sam.gov. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer. FAR 52.252-1 - Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. The full text of a solicitation provision may be accessed electronically at the following address: http://farsite.hill.af.mil The following clauses and provisions are incorporated by reference: 52.204-13 System for Award Management Maintenance OCT 2018 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.204-21 Basic Safeguarding of Covered Contractor Information Systems JUN 2016 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.245-1 Alt I Government Property (JAN 2017) Alternate I APR 2012 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.246-7003 Notification of Potential Safety Issues JUN 2013 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2019) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »