The RFP Database
New business relationships start here

ISO 9001 Maintenance


Illinois, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

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.

This is a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation number is W52P1J-19-T-ISOC.

The solicitation and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 2019-02.

This solicitation is a 100% Small Business Set-Aside.

The NAICS code for this procurement is 541614; the small business size standard is $15,000,000.00. The Federal Service Code is R704.

Offerors must be registered within the System for Award Management (SAM) database in order to receive an award against this Solicitation. The website for SAM is https://www.sam.gov/.

DESCRIPTION OF REQUIREMENT

This solicitation is issued for Maintenance of ISO 9001 Certification at Crane Army Ammunition Activity (CAAA), Crane IN; and at Letterkenny Munitions Center (LEMC), Chambersburg, PA, in accordance with the Performance Work Statement at Attachment 01.

The Contract Line Item (CLIN) Structure is as follows:

CLIN 0001 - Year 1, Crane Surveillance Audit 1 (SA1)
CLIN 0002 - Year 1, Crane Surveillance Audit 2 (SA2)
CLIN 0003 - Year 1, Letterkenny Surveillance Audit 1 (SA1)
CLIN 0004 - Year 1, Travel Expenses
CLIN 0005 - Year 2, Crane Surveillance Audit 3 (SA3)
CLIN 0006 - Year 2, Crane Surveillance Audit 4 (SA4)
CLIN 0007 - Year 2, Letterkenny Surveillance Audit 2 (SA2)
CLIN 0008 - Year 2, Travel Expenses
CLIN 0009 - Year 3, Crane Surveillance Audit 5 (SA5)
CLIN 0010 - Year 3, Crane Recertification Audit (RA1)
CLIN 0011 - Year 3, Letterkenny Recertification (RA1)
CLIN 0012 - Year 3, Travel Expenses


TYPE OF ACQUISITION AND CONTRACT

This acquisition is issued as 100% Small Business Set-Aside. Award will be made using Low Price Technically Acceptable (LPTA) Source Selection procedures. Award will be made on a firm-fixed price basis for CLINs 0001, 0002, 0003, 0005, 0006, 0007, 0009, 0010, and 0011. CLINs 0004, 0008, and 0012 (Travel Expense) will be awarded on a cost-reimbursable not-to-exceed basis.

PERIOD and PLACE OF PERFORMANCE

The Period of Performance is 1 October 2019 - 30 September 2022. Performance locations are Crane, IN and Letterkenny, PA.

QUOTE SUBMISSION REQUIREMENTS

The following shall be submitted in response to this solicitation:

1. Offered Price Submission:
   
    * Offered price shall be submitted on the Pricing Matrix at Attachment 02.

    * Offerors shall complete all yellow-highlighted sections on the Pricing Matrix, Attachment 02. Failure to complete the Price Matrix in its entirety may result in the Offeror being ineligible for award.

    * Proposed prices must be submitted for ALL lines listed.

    * All proposed prices will be binding. Proposed prices shall be limited to two decimal places and shall be stated in current U.S. dollars.

    * No other information is to be added to the Pricing Matrix, nor shall any changes be made to the Pricing Matrix.

2. Technical Capability Submission:

    * Capability Statement/Literature/Brochure which clearly defines the company skills and competence areas

    * Copy of company's current accreditation by one of the following accreditation bodies:
          o International Accreditation Service (IAS)
          o International Accreditation Forum (IAF)
          o ANSI National Accreditation Board (ANAB)


EVALUATION CRITERIA FOR TECHNICAL CAPABILITY

Based on the information the offeror provides, a rating of "Acceptable" or "Unacceptable" will be assigned as follows:


Acceptable: Proposal meets the requirements of the Solicitation
Unacceptable: Proposal does not meet the requirements of the Solicitation


EVALUATION CRITERIA FOR PRICE


Price Matrix, Attachment 02, Total Evaluated Price is calculated as follows:


The Total Evaluated Price is the sum of the proposed prices of all Contract Line Items (CLINs) listed on the Price Matrix.


Proposals will be evaluated for price reasonableness in accordance with FAR 13.106-3(a).


Data other than Certified Cost or Pricing Data. The Government anticipates receiving competitive proposals and using competition to determine price reasonableness. The Government reserves the right to request data other than certified cost or pricing data after receipt of proposals. If required, data other than certified cost or pricing data must be submitted in accordance with the instructions specified at FAR 15.403-5.



BASIS FOR AWARD

The basis for award is Low Price Technically Acceptable. Award will be made to the offeror whose offer is determined to be Technically Acceptable, who provides the lowest Total Evaluated Price, who is deemed responsible, and whose proposal conforms to the solicitation requirements.

Only those offers determined to be Technically Acceptable (by receiving an "Acceptable" Technical Capability rating), either initially or as a result of discussions, will be considered for award.

In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer.



LISTING OF ATTACHMENTS

Attachment 01, Performance Work Statement dated May 10, 2019.
Attachment 02, Pricing Matrix


DEADLINE FOR SUBMISSION


Offers are due June 18, 2019, no later than 12:00 p.m. Central Time.

Offers shall be submitted in the following way:


Electronically via email to the Contract Specialist Lorraine.geren.civ@mail.mil and Contracting Officer cindy.k.wagoner.civ@mail.mil Offerors should include "Response to W52P1J-19-T-IOSC" within the Subject line.


QUESTIONS


Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist and Contracting Officer.

**Note: Interested offerors must submit any questions concerning this solicitation at the earliest time possible, to enable the Buyer to respond. Questions not received within a reasonable time prior to close of the solicitation may not be considered.

CLAUSES

The following Federal Acquisition Regulation (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) commercial clauses, apply to this solicitation and are incorporated by reference (clauses may be obtained via the internet at http://farsite.hill.af.mil):

FAR 52.212-1, Instructions to Offerors-Commercial Items
FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items, Alternate I
FAR 52.212-4, Contract Terms and Conditions-Commercial Items
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items
   Within FAR 52.212-5, the following optional clauses apply:
      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
      FAR 52.219-6, Notice of Total Small Business Aside
      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 52.222-50, 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.
      FAR 52.222-41, Service Contract Labor Standards
      FAR 52.222-42, Statement of Equivalent Rates for Federal Hires

FAR 52.203-3, Gratuities
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 52.232-40, Providing Accelerated Payments to Small Business Subontractors
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7005, Representation Relating to Compensation of Former DoD    Officials
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information
DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
DFARS 252.213-7000, Notice to Prospective Suppliers on Use of past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7006, Wide Area Workflow Payment Instructions
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.244-7000, Subcontracts for Commercial items


Lorraine Geren, Contract Specialist, Phone 3097826757, Email lorraine.geren.civ@mail.mil - Cindy K. Wagoner, Contracting Officer, Phone 3097820182, Email cindy.k.wagoner.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP