United States - Maintenance, Repair and Parts for Electron Microscope Equipment

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
18 April 2019
Opportunity publication date
05 April 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Apr 04, 2019 8:15 am

This is a combined synopsis/solicitation for a commercial item 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. Proposals are being requested; a written solicitation will not be issued.
Solicitation No. W15QKN-19-R-YR04 is issued as a request for proposal (RFP) and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-61. This requirement has been set-aside for small businesses under NAICS code 811310 with a small business size standard of $ 7.5 Million.
The U.S. Army Contracting Command (ACC-NJ), Picatinny Arsenal, NJ intends to award one (1) Base Year of 12 months and four (4) 12- month option years, firm-fixed-price (FFP) purchase order, on a competitive basis, for routine maintenance, operator training, repairs and parts for SEM equipment in accordance with the following Performance of Work (POW) requirements:

1. BACKGROUND
1.1. Advanced Materials Technology Branch, Materials & Producibility Division, Armament Engineering Analysis & Manufacturing Directorate, Munitions Engineering and Technology Center (METC) performs Scanning Electron Microscopy (SEM) on conductive specimens. The SEM results determine the usefulness of metals for various Combat Capabilities Development Command (CCDC) Armaments Center items.
1.2. This effort is UNCLASSIFIED.
1.3. The place of contract performance is Building 60 at Picatinny Arsenal, New Jersey.
1.4. APPLICABLE DOCUMENTS:
21 CFR 1040 (Performance Standards for Light-Emitting Products).
Army Directive 2014-05/AR 190-13
Arms Export Control Act (Title 22, U.S.C., App. 2401 et seq
AR 530-1 (or DoDM 5205.02-M)
1.5 Period of Performance: The period of performance shall be for one (1) Base Year of 12 months and four (4) 12-month option years.
2. SCOPE
2.1. The contractor shall provide routine maintenance, operator training, repair and parts for SEM equipment in the Branch's metallurgical laboratory. SEM includes failure analysis, first article and lot acceptance testing.
2.2. PERFORMANCE REQUIREMENTS
The SEM equipment in the metallurgical laboratory consists of:
JEOL JSM-6510 LV, serial # MP13300050
IXRF Systems Inc digital processor, model 500, serial 1320
IXRF Systems Inc Micro-focus x-ray fluorescence (XRF) tube
Ancillary equipment including, but not be limited to: sputterer, chiller, and roughing pumps.
2.3. The contractor shall perform preventative maintenance consisting of an inspection of all machine functions. The preventative maintenance shall include, but not be limited to:
2.3.1. Electron-optical column service
2.3.2. clean and inspect beam-path components,
2.3.3. replace/clean all apertures as required,
2.3.4. replace filaments from client stock,
2.3.5. check optics alignment,
2.3.6. check specimen stage axes:
2.4. Electronics service:
2.4.1. magnification calibration,
2.4.2. power supply output check/calibration,
2.4.3. KV compensation calibration,
2.4.4. Feature/function test, check operation of control mechanisms.
2.5. Vacuum components service:
2.5.1. check valve operation,
2.5.2. safety interlocks,
2.5.3. vacuum gauge calibrations.
2.6. Each covered instrument shall be maintained at six-month intervals (twice per year).
2.7. In the event of equipment failure, the contractor shall repair the defective components. The contractor shall respond to the repair request in 3 working days unless a greater delay is justified.
2.8. If during the performance of inspections and/or repairs any defective part(s) are revealed, which would cause an impairment or failure of proper operation of the equipment, the defective part(s) shall be repaired at the job site.
2.9. If the replacement part is not on-hand, the contractor shall return with the proper part to restore the equipment back into operation in a within 3 working days unless a greater delay is justified.
2.10. In the event of equipment failure, the contractor shall repair the defective components.
2.11. The contractor shall provide spare parts for operator maintenance.

3.0 SAFETY
3.1 The contractor shall take all reasonable care at all times when dealing with risks. The contractor must use or wear personal protective equipment (PPE) when appropriate. At all times the contractor must follow CCDC Armaments Center health and safety policies and use safe and appropriate practices.
3.2 The contractor shall supply all PPE required for the completion of repair and maintenance tasks. Recommended PPE includes, but is not limited to safety glasses, nitrile gloves, and a lab coat.
3.3 Personnel performing maintenance shall ensure the system is returned to performance in conformance with 21 CFR 1040 (Performance Standards for Light-Emitting Products).
3.4 The contractor employees, including subcontractor employees, shall comply with all building, installation, facility and security policies and procedures to include, but not limited to, all fire drills and building evacuations. The contractor shall report their evacuation immediately to their COR to confirm compliance.
 
 
4.0 GENERAL REQUIREMENTS:
4.1 The contractor shall provide telephone support for repair or maintenance of the equipment during working hours M-F, (8:00am - 5:00pm), excluding federal holidays.
4.1.1 Telephone support shall include response to questions about practices, application use and service issues that could be diagnosed and resolved with technical assistance over the telephone.
 
5.0 CONTRACTOR MANPOWER REPORTING:
The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for maintenance, repair and parts for electron microscope equipment via a secure data collection site. The Contractor is required to completely fill-in all required data field using the following web address: http://www.ecmra.mil/ and then click on "Department of the Army CMRA" or the icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs from October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2017. Contractors may direct questions to the help desk by clicking on "Send an email" which is located under the Help Resources ribbon on the right side of the login page of the applicable "Service/Component's CMR website".
6.0 SECURITY
AT Level I Training: "All contractor employees, including subcontractor employees, requiring access to Department of Defense installations, facilities, or controlled access areas shall complete AT Level I awareness training within 45 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever applies and within 12 months prior to travel outside of the US, then annually thereafter. The contractor shall submit certificates of completion (CDRL A001) for each affected contractor employee and subcontractor employee to the COR (or to the contracting officer, if a COR is not assigned) within 14 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at http://jkodirect.jten.mil/."
Access and General Protection/Security Policy and Procedures: "All contractor employees, including subcontractor employees, shall comply with all installation and facility access and local security policies and procedures (provided by the Government representative), and security/emergency management exercises. The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by the installation Provost Marshal Office, Director of Emergency Services, or Security Office. Contractor workforce must comply with all personal identity verification requirements (CFR clause 52.204-9, Personal Identity Verification of Contract Personnel) as directed by DoD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. During FPCONs Charlie and Delta, services/installation access may be discontinued/postponed due to higher threat. Services will resume when FPCON level and or threat is reduced to an acceptable level as determined by the Installation Commander. Contractor personnel working on an installation are required to participate in the Installation Random Antiterrorism Measures Program as directed. Contractors may be subject to and must comply with vehicle searches, wearing of ID badges, etc. Failure to comply with policies and procedures could result in barred access onto the installation."
iWATCH (See Something, Say Something) Training: "All contractor employees, including subcontractor employees, shall receive training and participate in the local iWATCH program (training standards provided by the requiring activity ATO). This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 45 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever applies, and then annually thereafter. The contractor shall submit certificates of completion (CDRL A003)for each affected contractor employee and subcontractor employee to the COR (or to the contracting officer, if a COR is not assigned) within 14 calendar days after completion of training by all employees and subcontractor personnel." Slides available to COR at https://www.milsuite.mil/book/docs/DOC-284984
For contractors that do not require CAC, but require access to a DoD facility or installation: "Contractor and all associated subcontractor employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (Army Directive 2014-05/AR 190-13); applicable installation, facility and area commander installation and facility access and local security policies and procedures (provided by Government representative); or, at OCONUS locations, in accordance with status-of-forces agreements and other theater regulations."
Export Control Laws/International Traffic in Arms Regulation: "DFARS Clause 252.225-7048, Export- Controlled Items applies to this effort. All documents determined to contain export controlled technical data will be marked with the following notice: WARNING: - This document contains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., App. 2401 et seq. Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DoD Directive 5230.25."
For Contracts That Require a Government Provided OPSEC Standing Operating Procedure/Plan: "The contractor is subject to compliance with the ARDEC Operations Security Plan, per AR 530-1 (or DoDM 5205.02-M),. This SOP/Plan will specify the government's critical information, why it needs to be protected, where it is located, who is responsible for it, and how to protect it."
For Contracts That Require OPSEC Training: "Per AR 530-1 (or DoDM 5205.02-M), new contractor employees, including subcontractor employees, must complete initial (Level I) OPSEC training within 30 calendar days of reporting for duty and must also complete annual OPSEC awareness training as provided by the appropriately designate OPSEC level II trained OPSEC Officer/Coordinator (Certificates to be submitted per CDRL A002)The Contracting Officer Representative (COR) or Agreements Officer Representative (AOR) can request ARDEC OPSEC training from ARDEC OPSEC POC e-mail: usarmy.pica.rdecom-ardec.mbx.ardec-opsec@mail.mil."
For Contracts that Involve the Public Release of Information: "Per AR 530-1 (or DoDM 5205.02-M), an OPSEC review is required prior to all public releases. All government information intended for public release by a contractor will undergo a government OPSEC review prior to release."
 
7.0 Non-Personal Services:
The Government shall neither supervise contractor employees nor control the method by which the contractor performs the required tasks. Such contractor employees shall be accountable solely to the Contractor who, in turn is responsible to the Government.
Under no circumstances shall the Government assign tasks to, or prepare work schedules for, individual contractor employees. It shall be the responsibility of the contractor to manage its employees and to guard against any actions that are of the nature of personal services, or give the perception of personal services. If the contractor believes that any actions constitute, or are perceived to constitute personal services, it shall be the contractor's responsibility to notify the Procuring Contracting Officer (PCO) immediately.
8.0 Government - Contractor Relationships:
The Government and the contractor understand and agree that the services to be delivered under this contract by the contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the task order between the Government and the contractor and/or between the Government and the contractor's employees. It is therefore in the best interest of the Government to afford the parties a full and complete understanding of their respective obligations.
a. Contractor personnel under this task order shall not:
(1) be placed in a position where they are appointed or employed by a Federal Officer, or are under the supervision, direction, or evaluation of a Federal Officer, Military or Civilian.
(2) be placed in a staff or policy making position.
(3) be placed in a position of command, supervision, administration or control over DA Military or Civilian personnel, or personnel of other contractors, or become a part of the Government organization.
(4) be used for the purpose of avoiding manpower ceilings or other personnel rules and regulations of DA or the Civil Service Commission.
(5) be used in administration or supervision of military procurement activities.
b. Employee Relationships:
(1) The services to be performed under this task order do not require the contractor or its employees to exercise personal judgment and discretion on behalf of the Government, but rather the contractor's employees will act and exercise personal judgment and discretion on behalf of the contractor.
(2) Rules, regulations, directions, and requirements which are issued by command authorities under their responsibility for good order, administration, and security are applicable to all personnel who enter any Government installation, or who travel on Government transportation. This is not to be construed or interpreted to establish any degree of Government control which is inconsistent with a non-personal services task order.
9.0 Identification of Contractor Employees:
a. All contractor employees shall be identified as such by wearing badges at all times while performing work at Government facilities and when performing work for the Government under the scope of specific contract at other installations or nongovernment sites to include attendance at meetings, seminars, etc. The badges may be either affixed to clothing or be displayed from a chain or other mechanism worn around the neck. Badges must include contractor's company name and employee's name. No other items may be placed on the badge.
b. Contractor workspace shall ensure that Federal employees and the public know that they are not Federal employees.
c. Contractor employees shall initially identify themselves by name and company affiliation when answering the telephone, presenting briefings, conducting or attending meetings/seminars or any other situations where their contractor status is not obvious.
d. Official contractor correspondence (written, facsimile, and email display) shall include their company name and any other documents or reports produced by contractors are identified as contractor products or contractor participation is disclosed.
10.0 Inherently Governmental Functions:
The Contractor shall not provide inherently governmental functions as defined in FAR
2.101 under this task order.

11.0 Attachments
Performance Requirements Summary/Quality /Assurance Surveillance Plan (See Section J Attachments), DD1423: Contract Data Requirements List, A001-A003
 
 
The following Federal Acquisition Regulation (FAR) and Defense FAR Supplement (DFARS) provisions/clauses are applicable and are incorporated by reference: FAR: 52.204-7, 52.204-13, 52.204-18, 52.212-1 & 52.212-2 (addenda below), 52.212-3, 52.212-4, 52.233-3, 52.233-4, 52.246-4, 52.247-34 and 52.217-5,52.217-9. FAR 52.212-5 applies along with the following additional clauses under FAR 52.212-5: 52.219-1, 52.219-6, 52.219-28, 52.222-3, , 52.222-19, 52.222-21, 52.222-22, 52.222-23, , 52.222-25, 52.222-26, , ,52,222-36,5, 52.222-50, 52.223-18, 52.225-13; 52.232-33, 52.233-1, 52.233-3, 52.233-4 and DFARS: 252.203-7002, 252.204-7002, 252.232-7006 and 252.232-7010. 252.203-7000, 252.203-7005; 252.225-7036, 252.232-7003.
 
 
The following local information also applies:
1. Responses must set forth full, accurate and complete information as required by this solicitation (including attachments). Responses shall include the contractor's Cage Code and DUNS number. Examine the entire solicitation carefully. The penalty for making false statements is prescribed in 18 U.S.C. 1001.
2. Responses must be plainly marked with the Solicitation Number and the date and local time set forth for bid opening or receipt of proposals in the solicitation document.
3. Information regarding the timeliness of response is addressed in the provision of the solicitation entitled either "Late Submission, Modification and Withdrawal of Bid" or "Instructions to Offerors - Competitive Acquisitions".
4. Procurement Information:
This Procurement is 100% set-aside for Small Business.
The applicable SIC/NAICS code is: 811310
5. Issuing Office
U.S. Army Contracting Command - New Jersey
ATTN: Yubaraj Rasaily
Office Symbol: ACC-NJ-JA
Picatinny Arsenal, NJ 07806-5000
Email: yubaraj.rasaily.civ@mail.mil
6. Point of Contact for Information:
Name: Yubaraj Rasaily
Title: Contract Specialist
Email: Yubaraj.rasaily.civ@mail.mil
DISCLOSURE OF UNIT PRICE INFORMATION
This constitutes notification pursuant to Executive Order 12600, Pre-Disclosure Notification Procedures for Confidential Commercial Information (June 23, 1987), of our intention to release unit prices in response to any request under the Freedom of Information Act, 5 USC 552. Unit price is defined as the contract price per unit or item purchased. We consider any objection to be waived unless the contracting officer is notified of your objection to such posting prior to submission of initial proposals.
Packaging and Marking
Commercial Packaging shall apply to this procurement (see below).
2D Bar Codes are not required.
The estimated weight of the item in its shipping container is less than 200 pounds.
The Security Classification of the material to be shipped is Unclassified.
The item being shipped is not hazardous and not Arms, Ammunition or Explosives.
Government Furnished Equipment will not be provided for this contract.
Items will be shipped to:
US ARMY RDECOM-ARDEC
Bldg 60
Picatinny Arsenal, NJ 07806-5000
 

COMMERCIAL PACKAGING REQUIREMENTS
1. Packaging - Preservation, packaging, packing, unitization and marking furnished by the supplier shall provide protection for a minimum of one year, provide for multiple handling, redistribution and shipment by any mode and meet or exceed the following requirements.
1.1 Cleanliness - Items shall be free of dirt and other contaminants which would contribute to the deterioration of the item or which would require cleaning by the customer prior to use. Coatings and preservatives applied to the item for protection are not considered contaminants.
1.2 Preservation - Items susceptible to corrosion or deterioration shall be provided protection such as preservative coatings, volatile corrosion inhibitors, desiccants, water-proof and/or water-vapor-proof barriers.
1.3 Cushioning - Items requiring protection from physical and mechanical damage (e.g. fragile, sensitive, critical material) or which could cause physical damage to other items, shall be protected by wrapping, cushioning, pack compartmentalization, or other means to mitigate shock and vibration and prevent damage during handling and shipment.
2. Unit package
2.1 Unit Package - A unit package shall be so designed and constructed that it will contain the contents with no damage to the item(s), and with minimal damage to the unit pack during shipment and storage in the shipping container, and will allow subsequent handling. The outermost component of the unit package shall be a container such as a sealed bag, carton or box.
2.2 Unit Package Quantity - Unless otherwise specified, the unit package quantity shall be one each part, set, assembly, kit, etc.
3. Intermediate Package
3.1 Intermediate Packaging - The use of intermediate packaging is required whenever one or more of the following conditions exist:
a. The quantity is over one (1) gross of the same national stock number.
b. Use enhances handling and inventorying.
c. The exterior surface of the unit pack is a barrier bag.
d. The unit pack is less than 64 cubic inches.
e. The weight of the unit pack is less than five (5) pounds and no dimension is over twelve (12) inches.
Intermediate container shall be limited to a maximum of 100 unit packs, a net load of 40 pounds, or a maximum volume of 1.5 cubic feet, whichever occurs first.
4. Packing
4.1 Unit packages and intermediate packages not meeting the requirements for a shipping container shall be packed in shipping containers. All shipping containers shall be the most cost effective and shall be of the minimum cube to contain and protect the items.
4.2 Shipping Containers - The shipping container (including any necessary blocking, bracing, cushioning, or waterproofing) shall comply with the regulations of the carrier used and shall provide safe delivery to the destination at the lowest tariff cost. The shipping container shall be capable of multiple handling, stacking at least ten feet high, and storage under favorable conditions (such as enclosed facilities) for a minimum of one year.
5. Quality Assurance -The contractor is responsible for establishing a quality system. Full consideration to examinations, inspections, and tests will be given to ensure the acceptability of the commercial package.

GOVERNMENT PROCUREMENT QA ACTIONS: INSPECTION
Government Procurement Quality Assurance (PQA) actions will be accomplished by the Government Quality Assurance Representative (QAR) at: Destination

GOVERNMENT PROCUREMENT QA ACTIONS: ACCEPTANCE
Acceptance of supplies will be at: Destination
HQ AMC-LEVEL PROTEST PROGRAM
If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103.
Send protests (other than protests to the contracting officer) to:
Headquarters U.S. Army Materiel Command
Office of Command Counsel-Deputy Command Counsel 4400 Martin Road
Rm: A6SE040.001
Redstone Arsenal, AL 35898-5000
Fax: (256) 450-8840
Email: usarmy.redstone.usamc.mbx.protests@mail.mil
The AMC-level protest procedures are found at:
Web Address: http://www.amc.army.mil/amc/commandcounsel.html
If Internet access is not available contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures.

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es):
FAR - http://farsite.hill.af.mil/vffara.htm
52.212-1 Addenda - Proposal SUBMISSION
This section contains 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 (SOW) shall be clearly labeled with the appropriate SOW paragraph. Offerors are expected to submit a proposal in sufficient detail to allow the 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.
General: The proposal shall be presented in sufficient detail to allow Government evaluation of the response to the requirements of the request for proposal (RFP). The Government will not assume offerors possess any capability, understanding, or commitment not specified in the proposal.
All inquiries/questions concerning this procurement, either technical or contractual, must be submitted via email to the Contracting Office, phone call inquiries will NOT be accepted. No direct discussion between the technical representative and a prospective offeror will be conducted.
US Army Contracting Command-New Jersey
ACC-NJ-JA, Yubaraj Rasaily
Picatinny Arsenal, NJ 07806-5000
E- mail: yubaraj.rasaily.civ@mail.mil
 
 
 

52.212-2 Addenda:
Basis for Award
The Government's selection for contract 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 Price Technically Acceptable (LPTA) source selection process. The purchase order 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.

2.0 Evaluation Factors & Evaluation Approach
All proposals will be evaluated in a fair and consistent manner. All proposals will be subject to evaluation by a team of Government personnel. The Offeror whose proposal is determined to provide the lowest priced proposal that meets the acceptability standards for the non-cost factor (Technical) will be awarded the Order.
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). Offerors are urged to ensure that their initial proposals are submitted with the most favorable terms in order to reflect their best possible potential. 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.
The Government will evaluate each proposal and the Contracting Officer 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 offeror's proposed plan to meet the key
Objectives of the Performance Work Statement (PWS).
The key objectives of the PWS are all subparagraphs in paragraph 2.
To receive an acceptable rating, the offeror must demonstrate that they have the technical expertise, personnel required, and, ability to obtain necessary travel arrangement and/or materials (if required) in accordance with the period of performance delineated within the PWS for all of the work involved.
Specifically, the evaluation of the offeror's proposed corporate experience will consider the qualifications and expertise of the offeror (to include subcontractors), as well as the experience and success of the offeror with similar efforts. Appropriate level of knowledge and experience shall be demonstrated by the offeror through a capability statement or other items indicating experience with the equipment that is to be maintained.
Factor 1 - Technical Approach Factor Ratings:
Acceptable/Unacceptable Ratings
Rating Description
Acceptable Proposal meets the requirements of the solicitation.
Unacceptable Proposal does not meet the requirements of the solicitation.

Factor 2 - Price
The price proposal will be evaluated for fairness and reasonableness in accordance with FAR 15.404-1(b). Price will not be scored.
The Price Factor will not have an adjectival rating assigned. The total evaluated price is the total price proposed for this effort.
Adequate competition is anticipated for this contract. However, if deemed necessary by the Contracting Officer, a cost analysis may be performed per FAR 15.404-1(c). If the Government determines that adequate price competition was not obtained and/or if the total evaluated price cannot be deemed fair and reasonable, the Government reserves the right to request cost or pricing data and to evaluate such data utilizing the proposal analysis techniques delineated in the FAR 15.404-1 as deemed appropriate. Therefore, in instances when only one offer is received and the quote is $2,000,000 or more, the Contracting Officer shall obtain Certified Cost or Pricing Data. Offers under $2,000,000 require cost or pricing data, but such cost or pricing data is not required to be certified by the offeror. Cost or Pricing Data or Other than certified cost or pricing data shall be provided upon request IAW FAR 15.403. This information will be evaluated for magnitude and reasonableness and may be adjusted from a technical and cost perspective using cost analysis to determine the most probable cost to the Government. Offerors shall utilize a Microsoft Excel file format with formulas intact when submitting their Price/Cost quote (FAR 15.403-5(b)(1)).
Price Inconsistencies: A proposal is presumed to represent an Offeror's best effort to respond to the solicitation. Any significant inconsistencies, if unexplained, raise a fundamental issue of the Offeror's understanding of the nature and scope of work required and their financial ability to perform the contract, and may be grounds for rejection of the proposal.
Please complete provision 52.212-3, Offeror Representations and Certifications- Commercial Items; OR indicate that your company's representation's and certifications are current and available via Sam.gov. Point of Contact: Yubaraj Rasaily, yubaraj.rasaily.civ@mail.mil Proposals must be received No Later 15th April 2019. Confirmation of receipt of transmission by the Government by the date/time specified for receipt of proposal is the responsibility of the offeror.

Opportunity closing date
18 April 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army ACC - NJ (W15QKN) United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?