The RFP Database
New business relationships start here

UV Process Analyzer


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-18-T-ANNA.

The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99.


The NAICS code for this procurement is 334513; the small business size standard is 750 employees. The Federal Product Code is 4620.

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 a UV Process Analyzer, to include Installation/Training/Calibration/Demonstration, and Documentation, in accordance with the Description for Purchase at Attachment 01.

SITE VISIT (MANDATORY)

A mandatory site visit will be held at Crane on August 1, 2018. This is a required site visit; quotes will be considered only from offerors who have attended the site visit. Quotes received from offerors who have not attended the site visit will be considered unacceptable and will not be considered for award. The purpose of the site visit is to allow viewing of building within which the system will be installed.

Potential offerors must provide notice of intent to attend the Site Visit NO LATER THAN Tuesday, July 24, 2018 to: Lorraine Geren, lorraine.geren.civ@mail.mil  and Cindy Wagoner, cindy.k.wagoner.civ@mail.mil  

The following information must be included within the notice of intent to attend the Site Visit: Company Name, Company Address, Company Cage Code, Visitor Name(s), Visitor(s) Title, Visitor(s) Telephone Number, and Visitor(s) email address.

Details concerning the site visit will be provided to those companies that provide the notice of intent to attend.

TYPE OF ACQUISITION AND CONTRACT

This acquisition is issued as 100% Small Business Set-Aside. The Army Contracting Command-Rock Island (ACC-RI) will award a Firm Fixed Price Contract.


DELIVERY INFORMATION

Delivery is FOB Destination.

Delivery shall be made to/installation shall be performed at:
Crane Army Ammunition Activity, 300 Highway 361, Crane IN
 
Completion date for the entire effort, as specified within the DFP, is no later than 7 months after date of award.

QUOTE SUBMISSION REQUIREMENTS

Offerors shall submit the following, in response to this solicitation:

1. Company Name, Address, CAGE Code

2. Point of Contact (Name/Title/Phone Number/email address)

3. Price

4. Technical Capability Submission

   Detailed description of the offered items (analyzer, water purification system & air  system), which clearly describes how all requirements of the DFP will be met

Note: Simply stating the offered items meet the requirement is unacceptable. The description must address each of the requirements in sufficient detail to describe how the offered item meets the requirement

    • If Offered item is an Off-the-Shelf product, with no modifications: offeror may provide product literature describing its specifications, sizing, et., providing it addresses each of the requirements within the DFP for that item. If product literature does not address all requirements, additional description shall be provided to address each requirement.

   • If Offered item is an Off-the-Shelf product with modifications: offeror may provide product literature plus a detailed description of the modifications that will bring the product in conformance with all DFP requirements

   • If no standard product literature is available, a basic concept drawing, with description, is required

EVALUATION CRITERIA FOR TECHNICAL CAPABILITY

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


Acceptable: The offeror has provided a detailed description of the offered items which adequately describes how it meets each of the requirements of the DFP.


Unacceptable: The offeror failed to provide a detailed description of the offered item which adequately describes how it meets each of the requirements of the DFP.


BASIS FOR AWARD

The basis for award is Low Price Technically Acceptable (LPTA). Award will be made to the offeror who provides the lowest priced, technically acceptable offer, who is deemed responsible, and whose quote conforms to the solicitation requirements.

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 Contacting Officer.

Only those offers determined to be technically acceptable, either initially or as a result of discussions, will be considered for award.

Award will be made on a Firm Fixed Price basis.

LISTING OF ATTACHMENTS

Attachment 01, Description for Purchase dated July 17, 2018


DEADLINE FOR SUBMISSION


Offers are due August 17, 2018, no later than 3:30 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-18-T-ANNA" 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 52.204-16, Commercial and Government Entity Code Reporting
FAR 52.204-18, Commercial and Government Entity Code Maintenance
FAR 52.204-20, Predecessor of Offeror
FAR 52.232-40, Providing Accelerated Payments to Small Business subcontractors
FAR 52.247-34, F.O.B. Destination
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 252.211-7003, 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 252.232-7003, 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