The RFP Database
New business relationships start here

Next Generation Automated Test System (NGATS) Digital Instruments


New Jersey, United States
Government : Military
RFP
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 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.

Vicki Bocchino - Contract Specialist        
E-mail: victoria.r.bocchino.civ@mail.mil
Army Contracting Command- New Jersey        Telephone: 973-724-6632
Bldg. 10 Picatinny Arsenal, NJ 07806-5000

This is a combined synopsis/solicitation for commercial products prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, and 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.

Solicitation W15QKN-15-R-0026 is issued as a Request for Proposal (RFP), and the incorporated provisions and clauses in effect at this time may be obtained via the Internet: http://farsite.hill.af.mil or http://www.arnet.gov/far/.

The NAICS code for this requirement is 334515 and the small business size standard is 500 employees. This procurement is being issued as a 100% Total Small Business Set-Aside.

The Army Contracting Command-New Jersey (ACC-NJ) intends to award a Firm Fixed Price Contract to procure Next Generation Automatic Test System (NGATS) Digital Instruments in support of US Army Armament Research, Development and Engineering Center (ARDEC)-Automated Test Systems Division (ATSD) in accordance with the Statement of Work (SOW) enclosed below. The information requested below is required for proposal consideration, and this RFP is to be completed (in its entirety) and returned with the Offeror's proposal:    

TOTAL PROPOSED PRICE: $                 

Company Name:
POC:
Telephone #:
E-mail address:
Fax#:
DUNS #:
CAGE Code:
Physical Address:


Mailing Address:

Tax ID #:
Business Size:


Proposals are required to include company name, address, contractual point of contact and phone number, email address, technical point of contact, DUNS number, Cage Code, Federal TIN, and company size. Please specify Small Business classification, i.e. Small Business, Small Disadvantaged Business, 8(a) concern, Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business.

In accordance with DFARS 252.204-7004, all contractors wishing to do business with the Department of Defense must be registered in the System for Award Management (SAM). This registration can be accomplished at the following website: https://www.sam.gov/portal/public/SAM/. Therefore, all interested and potential firms must be registered in SAM, and current firms must update their registrations regularly to reflect the most current company information and to maintain active status ensuring registration does not expire. Whether applying for assistance with awards, contracts, or other business opportunities, all entities are considered registrants. Registration in SAM in no way guarantees that a contract or assistance award will be issued. The following information is required to register in SAM: DUNS Number; Tax Identification Number (TIN) and Taxpayers Name; Statistical Information about your business; and Electronic Funds Transfer (EFT) Information. All Offerors shall have completed their Online Representations and Certifications before proposal submission through the System for Award Management (SAM) website.

All invoices subject to payment by the Defense Accounting and Finance Office shall be submitted through Wide Area Workflow (WAWF). WAWF is the Government's mandatory payment method. Vendors/contractors are to be registered in WAWF to receive payment through electronic funds transfer (EFT). If you are not currently registered in WAWF, please visit the following web-site: https://wawf.eb.mil/ to complete your registration. Additional instructions for WAWF registration are listed below.

OFFERS MUST BE SUMBITTED NO LATER THAN 3:00pm EST on 05 December 2014: Proposals are to be emailed to Vicki Bocchino, Contract Specialist at victoria.r.bocchino.civ@mail.mil. All information submitted will be held in a confidential status. Information provided will not be returned. Offerors are directed to utilize the POST A NEW QUESTION feature on the Army Single Face to Industry (ASFI) website to submit all questions concerning this procurement, either technical or contractual. Do not enter proprietary or sensitive information. Remember your question will be available to the public when the solicitation point of contact publishes the answer. Questions containing proprietary or sensitive information shall be submitted directly to the Contracting Officer. The Contracting Officer is the only individual permitted to field questions related to this procurement. No direct discussion between the Government technical representative(s) and a prospective Offeror will be conducted. It is the responsibility of the potential Offerors to monitor the Federal Business Opportunities (FedBizOpps) website for amendments or additional information pertaining to this requirement.

Responders are advised that the U.S. Government is not responsible and will not pay for any information or administrative costs incurred in responding to this solicitation.

Section: Supplies or Services and Prices/Costs
Offerors shall submit prices for the following contract line item numbers (CLINS) with quantity, price per unit and the extension price, as applicable.

ITEM NO. Services/Supplies Quantity Unit Unit Price Extended Amount

CLIN 0001 Di-050-63 Di-series 147 EA _________ ______________
generation 2 50 MHz
     32 channel digital
test instruments.     

CLIN 0002 Di-050-31 Di-series 32 EA _________ ______________
generation 2 digital
utility instruments.
                   
CLIN 0003 Di-002-13 Di-series 20 EA _________ ______________
guided probe and
extended length
cable kits

CLIN 0004 Contract Data
Requirements Lists
(CDRLs), DD Form 1423--Not Separately Priced (NSP)
        
                     TOTAL PRICE PROPOSED $________________

The Government is willing to offer 147 units of DI-050-062 to Offerors in exchange for a discount applied to CLIN 0001. If interested, Offerors must clearly identify the discount offered, and how it was calculated.


Section: Statement of Work (SOW)

SOW - Next Generation Automated Test System (NGATS) Digital Instruments

1. Scope

1.1 This Statement of Work (SOW) outlines the requirements for supporting the effort required to upgrade the digital instruments for the NGATS. The current digital test instrument has become obsolete and shall be retrofitted with next generation digital instrument to assure future supportability, improve reliability, expand capability and reduce maintenance costs.

1.2 Background

1.2.1 Through analysis and market research, the Government has determined that the current digital test instrument has reached the end of its life cycle and is no longer supportable and sustainable. After researching this issue, it was determined that the current digital test instrument needs to be upgraded to the next generation digital test instrument in order to meet the NGATS requirements.

2. Applicable Documents: N/A

3. Requirements

3.1 This section lists the requirements to be implemented during the effort. No proprietary code in the software shall be used in this effort unless identified at award of this contract

3.2 Digital Instrument

3.2.1 The contractor shall provide NGATS Di-050-63 Di-series generation 2 50 MHz 32 channel digital test instruments.

3.2.2 The contractor shall provide all software and drivers required to integrate the cards into the NGATS.

3.2.3 The contractor shall assure 100% backward compatibility with Di-050-62 Di-series generation 1 50 MHz 32 channel digital test instruments.

3.2.4 All cards delivered to the Government shall include a one year warranty.

3.3 Digital Utility Instrument

3.3.1 The contractor shall provide Di-050-31 Di-series generation 2 digital utility instruments.

3.3.2 The contractor shall provide all software and drivers required to integrate the cards into the NGATS.

3.3.3 The contractor shall assure 100% backward compatibility with Di-050-63 Di-series generation 2 50 MHz 32 channel digital test instruments.
3.3.4 All cards delivered to the Government shall include a one year warranty.
3.4 Digital Guided Probe
3.4.1 The contractor shall provide Di-002-13 Di-series guided probe and extended length cable kits.
3.4.2 The contractor shall provide all software and drivers required to integrate the cards into the NGATS.
3.4.3 The contractor shall assure 100% compatibility with Di-050-63 Di-series generation 2 50 MHz 32 channel digital test instruments and Di-050-31 Di-series generation 2 digital utility instruments.
3.4.4 All cards delivered to the Government shall include a one year warranty.

4. Travel
4.1 There is no travel required.

5. Reserved

6. Reserved

7. Period of Performance
7.1 The period of performance for this effort is nine (9) months. Place of performance is at the contractor's facility. The contractor location to be determined upon contract award.

8. Security
8.1 This effort is unclassified. The contractor shall support the Government in the management of special security activities for designated systems throughout their developmental life cycles.
8.2 NON-US Citizen Employee Requirement
8.2.1 Only U.S. Citizens are authorized to work on this contract. Non-US Citizens will not be allowed to perform work on contracts or subcontracts involving access (or possible access) to sensitive data, software, or equipment without prior approval from HQ AMC.
8.2.2 Combating Trafficking in Persons. The contractor shall establish policies and procedures for ensuring its employees do not engage in or support trafficking in persons or use forced labor in the performance of this contract.


Section: Inspection and Acceptance

Inspection and Acceptance will be performed by the Government and shall be at Destination.


Section: Deliveries and Performance

Deliveries and Performance will be FOB Destination.


Section: Provisions and Clauses

The following provisions and clauses apply to this solicitation.

52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items.

Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Oct 2014)

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

(1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).

____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)).

(2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)).

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).

___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509).

___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009).

_X_ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note).

___ (5) [Reserved]

___ (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C).

___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C).

_X_ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note).

_X_ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313).

_X_ (10) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161).

___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a).

___ (ii) Alternate I (Nov 2011) of 52.219-3.

___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2011) (if the Offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a).

___ (ii) Alternate I (Jan 2011) of 52.219-4.

___ (13) [Reserved]

_X_ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).

___ (ii) Alternate I (Nov 2011).

___ (iii) Alternate II (Nov 2011).

___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).

___ (ii) Alternate I (Oct 1995) of 52.219-7.

___ (iii) Alternate II (Mar 2004) of 52.219-7.

___ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)).

___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Oct 2014) (15 U.S.C. 637 (d)(4)).

___ (ii) Alternate I (Oct 2001) of 52.219-9.

___ (iii) Alternate II (Oct 2001) of 52.219-9.

___ (iv) Alternate III (Oct 2014) of 52.219-9.

___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).

_X_ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)).

___ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).

___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f).

_X_ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).

___ (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)).

___ (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)).

_X_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).

_X_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126).

_X_ (27) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).

_X_ (28) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).

___ (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212).

_X_ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).

___ (31) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212).

_X_ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).

___ (33) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)

___ (34) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)

___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)

___ (35) (i) 52.223-13, Acquisition of EPEAT -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514

___ (ii) Alternate I (Jun 2014) of 52.223-13.

___ (36) (i) 52.223-14, Acquisition of EPEAT -Registered Television (Jun 2014) (E.O.s 13423 and 13514).

___ (ii) Alternate I (Jun 2014) of 52.223-14.

___ (37) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).

___ (38) (i) 52.223-16, Acquisition of EPEAT -Registered Personal Computer Products (Jun 2014) (E.O.s 13423 and 13514).

___ (ii) Alternate I (Jun 2014) of 52.223-16.

_X_ (39) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).

___ (40) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).

___ (41) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43).

___ (ii) Alternate I (May 2014) of 52.225-3.

___ (iii) Alternate II (May 2014) of 52.225-3.

___ (iv) Alternate III (May 2014) of 52.225-3.

___ (42) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).

_X_ (43) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

___ (44) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

___ (45) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).

___ (46) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).

___ (47) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)).

___ (48) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).

_X_ (49) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332).

___ (50) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332).

___ (51) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).

_X_ (52) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).

___ (53) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631).

___ (ii) Alternate I (Apr 2003) of 52.247-64.

(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items:

___ (1) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.).

___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67).

___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

___ (5) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67).

___ (6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67).

___ (7) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495).

___ (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792).

___ (9) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)).

(d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.

(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.

(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.

(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.

(e)

(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-

(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509).

(ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.

(iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).

(v) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212).

(vi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).

(vii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212).

(viii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.

(ix) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).

(x) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).
___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).

(xi) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)

(xii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)

(xiii) 52.222-54, Employment Eligibility Verification (Aug 2013).

(xiv) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
(xv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.

(xvi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.

(End of Clause)

52.000-4000 IDENTIFICATION OF CONTRACTOR EMPLOYEES OCT/2010
This requirement is only applicable to contractor employees working on Picatinny Arsenal.
1. All contractor employees (which includes students utilized in the performance of the contract) working on the U.S. Army installation, Picatinny Arsenal in the State of New Jersey, in connection with this contract, shall conform to all applicable federal or state laws, and published rules and regulations of the Departments of Defense and Army, as well as any applicable regulations promulgated by TACOM-ARDEC and/or Picatinny Arsenal, including but not limited to traffic regulations. Additionally, all contractor employees working on classified contracts shall comply with the requirements of the National Industrial Security Program (NISPOM) and Army Regulation 380-5, Department of the Army Information Security Program. The term quote mark contractor employee quote mark includes employees, agents, students or student interns, or representatives and all employees, agents or representatives of all subcontractors and suppliers. Contractors are responsible for obtaining/returning identification badges /passes and vehicle decals/passes for each contractor employee who will work on the contract or enter Picatinny Arsenal. The badges/passes/decals are required for the term of the contract until completion or until release of the employee.
a. To obtain proper identification, contractor employees requiring recurring access (more than 90 days), must complete an application identification form (SMCAR 3058) for access to the installation. The form can be obtained from the Contracting Officer (CO) or Contracting Officer Representative (COR). The form must be signed by the CO or COR and also identify the contract number and expiration date before the badge can be issued. This form is brought to the Security Division, Badge and Identification Section, Building 1136 for processing of proper identification required per terms of the contract. Contractors requiring access for less than 90 days will be required to obtain a pass (Visitor Registration Form) from the Visitor Control Center. Passes will be issued for dates access is required, not to exceed 90 days. The CO or COR must complete the Visitor Registration Form applications on the PICAWEB prior to the contractor employee arriving at Picatinny Arsenal.
b. For the performance of this contract, the contractor shall utilize only employees who are U.S. Citizens or lawfully admitted and employed non-citizens.
c. The contract will not take effect until the contractor certifies, in writing, that all personnel utilized in the performance of this contract have been, or will be verified to be lawfully employable in the United States, and that the contractor has or will complete a criminal background check before an individual is utilized in performance of this contract.
i. Lawful employability will be verified by means of Employment Eligibility Form, INS Form I-9(if applicable), or by other applicable INS documentation approved for a specific non-citizen status.
ii. The criminal background check will establish that neither the Contractor, nor individual's state or nation of permanent residence has any record or credible information that the individual has a quote mark criminal history quote mark . In this context, quote mark criminal history quote mark will be defined as adjudicated guilt or pending adjudication of a crime as defined under New Jersey law, or equivalent offense under the applicable laws of another jurisdiction. If the contractor has doubt about the applicability of an offense to this definition, the circumstances must be reported to TACOM-ARDEC Security for adjudication of the individual's employability. quote mark
d. Any delay in the furnishing of the above, including any delay in the obtaining of the background check, is at the sole risk of the contractor and will not be the basis of any equitable adjustment or other change to the contract.
e. The contractor shall utilize only qualified, responsible, and capable employees in the performance of the work on the contract. The Contractor shall not employ persons for contract work to be conducted on the installation who have criminal history. The Contracting Officer will require that the contractor remove from performance of work, employees who have a criminal history, endanger persons or property, or whose continued employment under this contract is inconsistent with the interests of military security. Additionally, the TACOM-ARDEC Commander may bar such employees from the installation.
f. The identification badge or pass issued to each employee of the contractor is for his own use only. Misuse of the badge or pass, such as permitting others to use it will result in criminal charges under Title 18 USC 499 and 701; and barring the employee from Picatinny Arsenal. Should the employee lose the badge or pass, the contractor may be charged for the cost of re-issuance of the badge or pass. Additionally, the employee and the contractor must submit a sworn affidavit as to the circumstances of the loss before a new badge or pass is issued.
g. Fingerprinting of employee and any other procedure deemed necessary for the security of Picatinny Arsenal may be required at the discretion of Picatinny Security. All Contractor personnel requiring access to the Picatinny ADP system are required to have a National Agency check.
h. Permission to use photographic capable cell phones on Army installations must be requested through proper security channels. No Portable Electronic Devices (PED) devices will be used in an area where classified information is discussed or electronically processed.
i. Currently, all (to include personally owned) photographic capable devices will not be brought onto the Picatinny Arsenal installation nor used by personnel on Army installations as a photographic device without proper authority granted by the Security Office. If an individual is seen using one of these phones as a photographic device, the phone will be confiscated and turned in to the Security Office IAW AR 190-13, para 6-6a(1). All images on the phone will be removed, and the individual will be allowed to pickup his/her phone at the end of the day from the Security Office. This policy applies to all military personnel, government civilians, contractors, and visitors.
2. All contractor employees, while on the premises at Picatinny Arsenal, shall continually wear the badge, obtained pursuant to paragraph 1 above. The badge shall be worn so as to be visible to others at all times. Individuals issued passes will have on their person the pass. Passes will be presented upon request by Security personnel or other government official charged with security of the area.
3. All contractor employees meeting with Government employees or attending meetings at Picatinny, shall, at the beginning of the meeting, announce to all other attendees that they are contractor employees, employed by (Name of Contractor's name/address), and the name of all other companies or individuals that currently employs them or that the contractor employee currently represents. In addition, contractor employees shall wear a visible badge that displays their company's name. If a visiting contractor is working on a classified contract his/her visit request with security clearance information must be approved by the TACOM-ARDEC Industrial Security Division, where it will be held on file. Government employees hosting meetings will verify the contractor employee's security clearance information is on file in the TACOM-ARDEC Security Division prior to contractor access to classified information.
4. When the contract number under which the badge / pass was obtained is completed (date of last delivery or performance of last service, termination of the contract or release of the employee) including any exercise of an option pursuant to the terms of the contract, the contractor shall return the badges / passes for all of their employees to Picatinny Security and obtain a receipt for each within (3) three business days. Identification cards, Computer Access Cards and computer accounts must be surrendered to ARDEC - Security upon completion of the contract or an employee's termination during the life of the contract.
5. Failure to comply with the requirements of paragraph 4 will be grounds for withholding any funds due the contractor until completion of the requirement, notwithstanding any other clause or requirements in the contract. Failure to comply may also be used as an adverse factor with respect to contractor past performance in connection with award of future contracts to the firm.
6. If the contractor obtains a new or follow-on contract for work at Picatinny Arsenal, he shall obtain new badges / passes for each of his employees indicating the new or follow-on contract number and comply with the applicable provisions of the follow-on contract which cover the subject matter of this Clause. This paragraph does not apply to the exercise of an option.
7. The contractor and each contractor employee working on Picatinny Arsenal shall sign a Non-disclosure Agreement on their company's letterhead prior to commencing work under the contract or obtaining the badges / passes required by paragraph 1 above. There will be one Non-disclosure Agreement for each employee. The Non-disclosure Agreement shall be in the format indicated below.
8. The COR has the responsibility to assure contractors comply with the provisions of this clause. The COR/Government Point of Contact (POC) shall coordinate the contractor's obtaining and returning of badges / passes and signature of the Non-disclosure Agreement. The contractor shall furnish, before initiating work under the contract, the COR/Government POC two (2) copies of each fully completed, signed, SMCAR 3058 and non-disclosure statement for each contractor employee. One copy shall be maintained in the COR/Government POC file. The COR/Government POC shall furnish the other copy to the Contracting Officer for inclusion in the official contract file.
9. Contractor Employees having a mission related need to use a camera any place on the Installation will submit a request for camera pass in accordance with ARDEC Regulation 190-4, to the Contracting Officer Representative (COR) of the contract and obtain a camera pass by the Chief of Police prior to bringing a camera onto the installation.
10. Before any contractor employee can be given access to quote mark non- public information quote mark (as defined below) there must be a signed, written agreement between the recipient contractor/contractor employee and the owner of the non-public information. A copy of the agreement will be made a part of the contract file.




FORMAT FOR NON-DISCLOSURE AGREEMENT

I, ____________________, an employee and authorized representative of __________________________, a Contractor providing support services to Picatinny Arsenal or its tenants (hereinafter PICATINNY), and likely to have access to nonpublic information (hereinafter RECIPIENT), under contract number ______________________, agrees to and promises the following:
WHEREAS RECEIPIENT is engaged in delivery support services to PICATINNY under contract; and
WHEREAS, It is the intention of PICATINNY to protect and prevent unauthorized access to and disclosure of nonpublic information to anyone other than employees of the United States Government who have a need to know; and,
WHEREAS, PICATINNY acknowledges that RECIPIENT will from time to time have or require access to such nonpublic information in the course of delivering the contract services; and,
WHEREAS, RECIPIENT may be given or other have access to nonpublic information while providing such services; and,
WHEREAS, quote mark nonpublic information quote mark includes, but is not limited to such information as: proprietary information (e.g., information submitted by a contractor marked as proprietary); advanced procurement information (e.g., future requirements, statements of work, and acquisition strategies); source selection information (e.g., bids before made public, source selection plans, and rankings of proposals); trade secrets and other confidential business information (e.g., confidential business information submitted by the contractor); attorney work product; information protected by the Privacy Act (e.g., social security numbers, home addresses and telephone numbers); and other sensitive information that would not be released by PICATINNY under the Freedom of Information Act (e.g., program, planning and budgeting system information);
NOW THEREFORE, RECIPIENT agrees to and promises as follows:
RECIPIENT shall not seek access to nonpublic information beyond what is required for the performance of the support services contract;
RECIPIENT will ensure that his or her status as a contractor employee is known when seeking access to and receiving such nonpublic information of Government employees;
As to any nonpublic information to which RECIPIENT has or is given access, RECIPIENT shall not use or disclose such information for any purpose other than providing the contract support services, and will not use or disclose the information to any unauthorized person or entity for personal, commercial, or any unauthorized purposes; and
If RECIPIENT becomes aware of any improper release or disclosure of such nonpublic information, RECIPIENT will advise the contracting officer in writing as soon as possible.
The RECIPIENT agrees to return any nonpublic information given to him or her pursuant to this agreement, including any transcriptions by RECIPIENT of nonpublic information to which RECIPIENT was given access, if not already destroyed, when RECIPIENT no longer performs work under the contract.
RECIPIENT understands that any unauthorized use, release or disclosure of nonpublic information in violation of this Agreement will subject the RECIPIENT and the RECIPIENT's employer to administrative, civil or criminal remedies as may be authorized by law.

RECIPIENT: _____________________________ (signature)
PRINTED NAME: _________________________
TITLE: __________________________________
EMPLOYER: ______________________________

(End of Clause)

52.000-4002 LEVEL 1 ANTI TERRORIST AWARENESS TRAINING REQUIREMENTS FOR CONTRACTOR EMPLOYEES OCT/2010

(a) All contractor employees requiring access to any Federally-controlled facility and logical access to Federally controlled information systems except for quote mark national security systems quote mark as defined by 44 U.S.C. 3542(b)(2), should be certified in Level 1 Anti Terrorism Training. The training is accessible from any computer with access to the World Wide Web and is available at https:/atlevel1.dtic.mil/at. The contractor is responsible for ensuring that the training has been satisfactorily completed and that valid certificates of completion have been submitted to the Contracting Officers Representative (COR) with a copy furnished to the Contracting Officer. The Certificates are valid for one year, therefore, training shall be completed every year for the duration of the contract.
(b) The term Federally-controlled facility is defined as:
(1) Federally-owned buildings or leased space, whether for single or multi-tenant occupancy, and its grounds and approaches, all or any portion of which is under the jurisdiction, custody or control of a department or agency;
(2) Federally-controlled commercial space shared with non-government tenants. For example, if a department or agency leased the 10th floor of a commercial building, the Directive applies to the 10th floor only;
(3) Government-owned, contractor-operated facilities, including laboratories engaged in national defense research and production activities; and
(4) Facilities under a management and operating contract, such as for the operation, maintenance, or support of a Government-owned or Government-controlled research, development, special production, or testing establishment.
(c) The term quote mark Federally-controlled information system quote mark means an information system (44 U.S.C. 3502(8) used or operated by a Federal agency, or a contractor or other organization on behalf of the agency (44 U.S.C. 3544(a)
(d) The term quote mark contractor employee quote mark includes employees, agents, students or student interns, or representatives and all employees, agents or representatives of all subcontractors and suppliers.

(End of Clause)


Section: List of Documents, Exhibits and Other Attachments

Contract Data Requirements Lists (CDRLs), DD Form 1423 - B0001-B0002


Section: Representations, Certifications, and Other Statements of Offerors or Respondents

Offerors are required to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer.


Section: Instructions, Conditions, and Notices to Offerors or Respondents

Provision 52.212-1, Instructions to Offerors -- Commercial Items as tailored applies to this RFP.

INSTRUCTIONS TO OFFERORS - PROPOSAL SUBMISSION

1. INTRODUCTION.

This section contains general proposal submission instructions as well as specific proposal requirements for the solicitation.

The Offeror's proposal shall be labeled in a consistent manner with this document. All references to the Statement of Work shall be clearly labeled with the appropriate SOW paragraph. Offerors are expected to submit proposals in sufficient detail to allow for Government evaluation without the need for further clarifications. The Government does not assume the duty to search for data to cure problems it finds in proposals. The burden of proving acceptability remains with the Offerors.

The Government will not assume the Offeror possesses any capability, understanding, or commitment not specified in the proposal. The Technical Factor will be evaluated on an quote mark Acceptable quote mark or quote mark Unacceptable quote mark basis.

2. PROPOSAL INSTRUCTIONS.

Offerors shall provide information by addressing each Factor in the format and sequence identified in this solicitation.

The Technical Factor identifies the minimum requirements that are key to successful contract performance. An Offeror must receive an quote mark Acceptable quote mark rating for the non-price Factor to be considered for award. In order to be rated Acceptable, the proposal must clearly meet the minimum requirements of the solicitation. The Offerors must provide information in sufficient detail to allow the Government to award for the Solicited Item(s) to one Offeror whose proposal is determined to be the Lowest Priced Technically Acceptable (LPTA) based on the evaluation criteria outlined in this solicitation.

The proposal must not merely repeat the solicitation requirements, but rather must provide convincing documentary evidence in support of conclusive statements of how contract requirements will be met.

The Government intends to award without discussions (see FAR 52.215-1). Proposals that do not contain the information requested in this solicitation risk being determined Unacceptable by the Government. The Government will not assume the Offeror possesses any capability, understanding, or commitment not specified in the proposal.

Alternate Proposals: Alternate proposals will not be accepted.

All questions must be submitted utilizing the POST A NEW QUESTION feature on the Army Single Face to Industry (ASFI) website concerning this procurement, either technical or contractual. No direct discussion between the technical representative and a prospective Offeror will be conducted. Proposals shall be submitted to the following point of contact:

Army Contracting Command - New Jersey
ACC-NJ-MA, Bldg. 10
ATTN: Vicki Bocchino Telephone: (973)724-6632
Picatinny Arsenal, NJ 07806-5000
E-mail: victoria.r.bocchino.civ@mail.mil

The proposal shall consist of the following:

Offerors are responsible for confirming with the Contract Specialist to ensure that the proposal submitted has in fact been received by the Government. This must be done by the date/time set in the RFP for receipt of offers.

Representations through System for Award Management (SAM). The purpose of electronic Representations and Certifications is to provide all Offerors with a portal in which to submit Reps/Certs in a publicly accessible format, nullifying the requirement to submit identical information in response to each and every Federal contract solicitation. As a requirement under the instant solicitation, all Offerors must submit Reps/Certs data into the System for Award Management (S.A.M.) at https://www.sam.gov/ and provide one (1) electronic copy submitted as a .XPS file. Any Offeror that has previously submitted Reps/Certs data into SAM is reminded to update the data prior to submitting with the proposal.

3.     PROPOSAL FILES.

Format: The submission shall be clearly indexed and logically assembled. Each volume shall be clearly identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date, and Contract Number in the header and/or footer. All proposals shall be submitted in Microsoft Office format. Offeror shall not use security options within the files. A Table of Contents should be created using the Table of Contents feature in MS Word. MS Word (.doc) files shall use the following page setup parameters:

Margins - Top, Bottom, Left, Right - 1 quote mark
Gutter - 0 quote mark
From Edge - Header, Footer - 0.5 quote mark
Page Size, Width - 8.5 quote mark
Page Size, Height - 11 quote mark

File Packaging. Each proposal shall be submitted in separate volumes (Volumes). Volume I will consist of the Technical Factor and Volume II will consist of Price Factor. Each proposal must include all volumes and shall be submitted by the closing date and time of the solicitation. Failure to provide any volume may result in the proposal being given an Unacceptable rating. Information provided shall be specific to each Factor. All of the proposal files shall be compressed (zipped) into one file using WinZip version 6.2 or later, or as separate uploads in their native format, i.e. doc, xls, ppt, etc. *Please note - Self extracting .exe files will not be accepted.*

Page limitation for each Factor is as follows:

    Factor 1: Technical (Maximum of 50 pages)
    Factor 2: Price (No Maximum)

Length: Each volume shall be as brief as possible, consistent with complete submission. The page count will be made by counting the pages from left to right, consecutively. Pages that exceed the page limitation will be returned to the Offeror and will not be evaluated. Each paragraph shall be separated by at least one blank line. Annexes, documentation and attachments that are submitted by the Offeror will count against the page limitations. If pages are printed on both sides, each side will count as a separate page. The following will not count against page limitations: volume title pages, table of contents pages, cross-referencing pages, indices, acronym lists and page dividers (used to separate proposal sections). Pages should not exceed 8-1/2 inches in width by 11 inches in length; foldout pages depicting such items as sketches, Factory floor layouts, etc. may be used, with each fold counted as one page. A standard, 12 point minimum font size applies. Arial or Times New Roman fonts are required. Tables and illustrations may use a reduced font size not less than 8 point and may be landscape.

Content Requirements. All information shall be confined to the appropriate file. The Offeror shall confine submissions to essential matters, sufficient to define the proposal and provide adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner to permit a complete and accurate evaluation of each proposal. Each file of the proposal shall consist of a Table of Contents, Summary Section, and the Narrative discussion. The Summary Section shall contain a brief abstract of the file. Proprietary information shall be clearly marked. The following shall be included in the Narrative discussion:

(i) VOLUME I - TECHNICAL FACTOR

Offerors are responsible for including sufficient details (WITHOUT REFERENCE TO COST/PRICE) to permit a complete and accurate evaluation strictly from a technical standpoint. The Technical Volume(s) shall have a separate index, which contains narrative titles that are cross-referenced to both the applicable SOW paragraph and page number. This index shall not count against the Page limitation for the Technical Volume. The narrative discussions shall also be related to the applicable SOW paragraph by placing the appropriate SOW number at the beginning of the discussion text. The proposal shall be detailed and clearly stated to allow an assessment by the Government without the need for additional clarifications. The Offeror shall provide detailed narrative discussions that address both the SOW and the Contract Data Requirements List (CDRL's) of the solicitation.

(ii) VOLUME II - PRICE FACTOR.

The Offeror shall submit prices for CLINS 0001, 0002 and 0003. Contract Data Requirements List (CDRL), DD Form 1423, is a requirement for the contract but shall be Not Separately Priced. If an Offeror fails to propose prices for all CLINs, the Government may reject the offer. The total evaluated price is the sum of CLINs 0001,0002, and 0003.

Section: Evaluation Factors for Award
Provision 52.212-2 Evaluation - Commercial Items as tailored applies to this RFP.

Evaluation Criteria - Next Generation Automated Test System (NGATS) Digital Instrument
1.0 Basis for Award

The Government's selection for award will be made on the basis of the lowest priced proposal meeting the acceptability standards for the non-cost factors in accordance with FAR 15.101-2, Lowest Priced Technically Acceptable (LTPA) Source Selection process. The contract will be awarded to the Offeror who is deemed responsible by the Contracting Officer, in accordance with the General Standards for contractor responsibility at FAR 9.104-1, and whose proposal conforms to all of the solicitation's requirements (including stated terms, conditions, representations, certifications, and all other information) and is assessed, based on the evaluation factors below, to represent the lowest price technically acceptable. The Government anticipates award of a Firm Fixed Price (FFP) contract. The Government intends to award one contract as a result of this solicitation; however, the Government reserves the right to award no contract at all.

2.0 Evaluation Factors & Evaluation Approach

All proposals submitted pursuant to the RFP will be evaluated in a fair and consistent manner. All proposals will be subject to evaluation by a team of Government personnel. The Offeror who is determined to provide the lowest priced proposal that meets the acceptability standards for non-price factors will be awarded the contract.

The Government may reject any proposal that is evaluated to be unrealistic in terms of program commitments, including contract terms and conditions, or unrealistically high or low priced when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program.
    
The Government reserves the right to award based on initial proposals. The Government intends to evaluate proposals and award the contract without discussions with the Offerors (except clarifications as described in FAR 15.306). However, the Government reserves the right to conduct discussions and request proposal revisions if it is determined to be in the best interest of the Government.

Minimum Acceptability: If an Offeror takes exception to any of the terms and conditions of the solicitation, the offer may not be considered for contract award. All Offerors are urged to ensure that their initial proposals are submitted with the most favorable terms in order to reflect their best possible potential.

FACTORS TO BE EVALUATED:

The Government will evaluate each proposal and the SSA will assess the results of the following Factors, listed below:

Factor 1 - Technical
Factor 2 - Price


Factor 1 - Technical

The proposals will be evaluated based on the criteria established in this solicitation as follows.

In order to achieve an Acceptable rating in the Technical factor, the Offeror's proposal must clearly meet the following minimum requirements:

a. Technical Approach: The Offeror's proposal shall demonstrate a thorough understanding of the requirements as defined in the Statement of Work (SOW) to provide commercial digital instrumentation in support of the Next Generation Automated Test System (NGATS). The proposal will be evaluated in terms of the contractor's ability to provide the exact items identified in the SOW, in the exact quantities identified in the SOW, and provide deliveries in the allotted period of performance. The Offeror shall provide the Government with a delivery schedule for the delivery of all items. The schedule shall indentify the entire period of performance of the contract broken down into monthly increments. The increments shall identify the number of deliverables for the months including hardware and associated documentation and shall include the number of instruments that shall be returned to the Original Equipment Manufacturer (OEM) for credit and its ability to minimize negative impacts on the NGATS Mission.

Proposals will be evaluated to determine an Offeror's Understanding of the Requirements and Feasibility of Approach.

(1) Understanding the Requirements - The proposal will be evaluated to determine the extent to which it demonstrates a clear and complete understanding of all requirements involved, including capabilities, knowledge and expertise as defined in the SOW.

(2) Feasibility of Approach - The proposal will be evaluated to determine whether the Offeror's methods and approach to meeting the SOW requirements provide the Government with a high level of confidence of successful completion within the required schedule.

ADJECTIVAL DEFINITION
RATING     

ACCEPTABLE    Proposal clearly meets the minimum requirements of the solicitation.

UNACCEPTABLE    Proposal does not clearly meet the minimum requirements of the             solicitation.

Factor 2 - Price

1. The Total Evaluated Price is the summed value of CLINs 0001, 0002, and 0003. This Total Evaluated Price will then be evaluated for reasonableness in accordance with price analysis techniques at FAR 15.404-1(b). Price will not be scored.

2. Adequate competition is anticipated for this contract. However, in the event that only one offer is received, the Government reserves the right to perform a cost analysis IAW FAR 15.404-1(c). Therefore, in instances when only one offer is received , the Contracting Officer shall obtain Other Than Certified Cost or Pricing Data. Offerors shall utilize a Microsoft Excel file format with formulas intact when submitting their Price/Cost quote (FAR 15.403-5(b)(1)).

3. Price/Cost Inconsistencies: A proposal is presumed to represent an Offeror's best effort to respond to the solicitation. Each initial proposal should contain the Offeror's best terms for award for this contract. Any inconsistencies in performance or price should be explained in the proposal. Any significant inconsistencies, if unexplained, raise a fundamental issue of the Offeror's understanding of the nature and scope of work required and its financial ability to perform the contract, and may be grounds for rejection of the proposal.

DETERMINATION OF RESPONSIBILITY:

As an element of determining the responsibility of Offerors, a Certificate of Competency may be required by the Contracting Officer in accordance with FAR 19.6.

A Pre-award Survey may be required by the Contracting Officer in accordance with FAR 9.106.


Vicki Bocchino, 973.724.6632

ACC - New Jersey

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP