COMBINED SYNOPSIS/SOLICITATION 'COMBO':
3D Scanner for 168th MXG
ISSUE DATE: 01 July 2019
•(i) 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.
•(ii) Solicitation PANNGB19P0000015623 is issued as a Request for Quote (RFQ).
•(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03, effective 12 Jun 2019. The DFARS provisions and clauses are those in effect to DPN 20190531, effective 31 May 2018.
•(iv) This requirement is solicited as a Total Small Business set-aside. The North American Industrial Classification System (NAICS) code associated with this procurement is 334513 with a small business size standard of 750 Employees.
•(v) The Pricing Schedule is incorporated as Attachment 1. Vendors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo.
•(vi) The Government intends to award a firm-fixed price contract for the following CLINs. These items are being solicited as brand name or equal. If not quoting the suggested products, a specifications sheet must be included with your quote to show that the product is equal or greater than the quality and specifications of the suggested product. The salient characteristics can be found in the attachment.
CLINs
0001 Portable Coordinate Measuring Machine - Arm Quantity: 1 Each
Suggested Product: FARO Quantum E 2.5m 7 axis, Item No. 23000-725
0002 Portable Coordinate Measuring Machine - Laser Line Probe Quantity: 1 Each
Suggested Product: FARO Laser Line Probe_FAROBlu HD, Item No. 21022
0003 Compatible Engineering Software Quantity: 1 Each
Suggested Product: Geomagic Design X w/ 1st Year Maintenance, Item No. SOFT82002-DLM
0004 Offline License Option for Engineering Software Quantity: 1 Each
Suggested Product: Geomagic Dongle, Item No. GEO-DONGLE
0005 Battery Pack Quantity: 1 Each
Suggested Product: Quantum Battery Pack, Item No. 20147
•(vii) Delivery and Shipping.
• The Period of Performance / Delivery will be: 45 days after NTP or Date of Award
(Material and manufacture delays will not count towards number of days.)
• SHIPPING IS FOB Destination to Eielson AFB, AK 99702
•(viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (DEVIATION 2018-O0018) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum:
•1. To assure timely and equitable evaluation of the quotes, the Quotors must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. If awarded the contract the contractor is required to submit a signed copy of the contract confirming receipt of the contractual document within two
(2) Business days.
•2. Specific Instructions: The response shall consist of two (2) separate parts:
Part 1 - Technical Acceptability - Submit one (1) copy of technical acceptability narrative that responds to the requirements to include make and model of proposed item.
Part 2 - Price - Submit one (1) copy of price schedule (Attachment 1) and any pertinent additional information.
•3. Award will be made to the vendor whose quote is conforming to the solicitation and is determined to be the Best Value IAW FAR 13.106-1 (a) (2). Technical Acceptability, at a minimum, is defined as meeting all specific instructions and completing the attached pricelist Attachment 1. Price and technical acceptability will be considered.
•(ix) FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below:
•(a) The Government will award a purchase order resulting from this solicitation to whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:
•(1) Technical acceptability will consist of meeting all specific instructions and completing the attached pricelist Attachment 1.
•(2) Price
•(3) Past Performance
•(b) Technical acceptability: The government will evaluate quotes on the basis of whether or not the provided quote is technically acceptable. See salient characteristics.
•(c) Price: Total evaluated price. Interested parties are reminded that this is a Best Value procurement and lowest price does not constitute award.
•(d) Past Performance: Past Performance will be evaluated in accordance FAR 13.106-2(b)(3)(ii)(C) - information received by Past Performance Information System and FAR 13.106-2(b)(3)(ii)(D) - Any other reasonable basis. The contracting officer may use his/her previous experience with the service being acquired.
•(x) Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Nov2017) are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award.
•(xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text.
•(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (DEVIATION 2013-O0019)(NOV 2017) is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition:
FAR 52.204-10
Reporting Executive Compensation and First-Tier Subcontract Awards
Oct 2016
FAR 52.209-6
Protecting the Government's Interest When Subcontracting with Vendors Debarred, Suspended, or Proposed for Debarment
Oct 2015
FAR 52.209-10
Prohibition on Contracting with Inverted Domestic Corporations
Nov 2015
FAR 52.211-6
Brand Name or Equal
Aug 1999
FAR 52.219-6
Notice of Total Small Business Set-Aside
Nov 2011
FAR 52.219-28
Post Award Small Business Program Representation
Jul 2013
FAR 52.222-3
Convict Labor
Jun 2003
FAR 52-222-19
Child Labor-Cooperation With Authorities and Remedies
Oct 2016
FAR 52.222-21
Prohibition of Segregated Facilities
Apr 2015
FAR 52.222-26
Equal Opportunity
Sep 2016
FAR 52.222-36
Equal Opportunity for Workers with Disabilities
Jul 2014
FAR 52.222-50
Combating Trafficking in Persons
Mar 2015
FAR 52.222-55
Minimum Wages Under Executive Order 13658
Dec 2015
FAR 52.222-62
Paid Sick Leave Under Executive Order 13706
Jan 2017
FAR 52.223-18
Encouraging Vendor Policies to Ban Text Messaging While Driving
Aug 2011
FAR 52.225-13
Restrictions on Certain Foreign Purchases
Jun 2008
FAR 52.232-33
Payment by Electronic Funds Transfer-System for Award Management
July 2013
FAR 52.232-40
Providing Accelerated Payments to Small Business Sub-vendors
Dec 2013
FAR 52.233-3
Protest after Award
Aug 1996
FAR 52.233-4
Applicable Law for Breach of Contract Claim
Oct 2004
FAR 52.252-2
Clauses Incorporated by Reference
Feb 1998
DFARS 252.203-7000
Requirements Relating To Compensation of Former DoD Officials
Sep 2011
DFARS 252.203-7002
Requirement to Inform Employees of Whistleblower Rights
Sep 2013
DFARS 252.204-7012
Safeguarding Covered Defense Information and Cyber Incident Reporting
Oct 2016
DFARS 252.204-7015
Disclosure of Information to Litigation Support Vendors
May 2016
DFARS 252.211-7003
Item Unique Identification and Valuation
Mar 2016
DFARS 252.211-7008
Use of Government-Assigned Serial Numbers
Sep 2010
DFARS 252.223-7008
Prohibition of Hexavalent Chromium
Jun 2013
DFARS 252.225-7048
Export-Controlled Items
Jul 2013
DFARS 252.232-7003
Electronic Submission of Payment Requests and Receiving Reports
Jun 2012
DFARS 252.232-7006
Wide Area Workflow Payment Instructions
May 2013
DFARS 252.232-7010
Levies on Contract Payments
Dec 2006
DFARS 252.244-7000
Subcontracts for Commercial Items
Jun 2013
DFARS 252.246-7008
Sources of Electronic Parts
May 2018
DFARS 252.247-7023
Transportation of Supplies by Sea--Basic
Apr 2014
The following provisions apply to this combined synopsis solicitation and are incorporated by reference. This section will be physically removed from the final award.
FAR 52.204-16
Commercial and Government Entity Code Reporting
Oct 2016
FAR 52.204-22
Alternative Line Item Proposal
Oct 2015
FAR 52.212-2
Evaluation - Commercial Items
Nov 2011
FAR 52.212-3 Alt 1
Offeror Representations and Certifications - Commercial Items
Jul 2013
DFARS 252.203-7005
Representation Relating to Compensation of Former DoD Officials
Nov 2011
DFARS 252.204-7008
Compliance with Safeguarding Covered Defense Information Controls
Dec 2015
DFARS 252.204-7011
Alternative Line Item Structure
Sep 2011
DFARS 252.225-7031
Secondary Arab Boycott of Israel
Jun 2005
•(xiii) No additional contract requirements apply to this acquisition.
•(xiv) This acquisition does not require a Defense Priorities and Allocations System (DPAS) rating.
•(xv) NOTICE TO ALL INTERESTED PARTIES:
Please forward all questions no later than 4:00 p.m. Alaska Time on 26 July 2019. A site visit will not be conducted for this requirement.
An amendment may be issued answering all questions received, providing the Government's answers.
Offers are due no later than 4:00 p.m. Alaska Time on 31 July 2019.
•(xvi) The POC for this solicitation is:
SSgt Rachel E. Clark
Rachel.e.clark18.mil@mail.mil
(907) 377-8743
MSgt Jeffery G. Porter Jeffery.g.porter2.mil@mail.mil
(907) 377-8742
List of Attachments:
•· Attachment 1: Pricing Schedule (1 page)
•· Attachment 2: Salient Characteristics (2 pages)
PANNGB19P0000015623
Attachment 1: PRICING SCHEDULE
LINE ITEM
DESCRIPTION
QTY
UI
UNIT PRICE
EXTENDED PRICE
0001
Portable Coordinate Measuring Machine - Arm
1
EA
0002
Portable Coordinate Measuring Machine - Laser Line Probe
1
EA
0003
Compatible Engineering Software
1
EA
0004
Offline License Option for Engineering Software
1
EA
0005
Battery Pack
1
EA
TOTAL PRICE:
Offers are hereby good for a minimum of 30 days from this Solicitation's closing date. Quoters may, at their discretion, provide additional time. This offer expires on .
Business Size: ,Small ,Large ,Women-Owned ,Veteran-Owned, Other:
Applicable GSA/ AFWAY contract number:________________________________________________________
Net Terms (Mandatory):
CAGE:
DUNS:
Printed Name:
Title:
Signature:
Date:
NOTE: The individual signing must be a signatory official for this Entity; signature constitutes agreement to all terms/conditions contained within this solicitation.
Rachel E. Clark, Contract Specialist, Phone 907-377-8742, Email rachel.e.clark18.mil@mail.mil - Jeffery Porter, Contract Specialist, Phone 9073778742, Email jeffery.g.porter2.mil@mail.mil