Metal Material Testing and Characterization for ERDC GSL
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159060369404032 |
Posted Date: | Dec 13, 2023 |
Due Date: | Dec 29, 2023 |
Source: | https://sam.gov/opp/31697c60a3... |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
- Original Published Date: Dec 13, 2023 10:30 am CST
- Original Date Offers Due: Dec 29, 2023 12:00 pm CST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Jan 13, 2024
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: H295 - EQUIPMENT AND MATERIALS TESTING- METAL BARS, SHEETS, AND SHAPES
-
NAICS Code:
- 541380 - Testing Laboratories and Services
-
Place of Performance:
Vicksburg , MS 39180USA
This is a combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice for metal material testing and characterization to support both the development and validation models used in weaponeering codes. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
The US Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC) Geotechnical and Structures Laboratory (GSL) in Vicksburg, MS intends to award multiple, up to four, Master Blanket Purchase Agreements (BPA) for metal material testing and characterization in Vicksburg, MS. A BPA is a simplified method of filing anticipated repetitive needs for supplies or services by establishing “charge accounts” with qualified sources of supply. Pursuant to Federal Acquisition Regulation (FAR) 13.303, Blanket Purchase Agreements (BPAs), the Contractor agrees to the identified terms and conditions for a BPA to provide the required soil materials.
The Government anticipates this solicitation will result in multiple BPA awards, up to four. Ordering shall be for a period of five years or a total combined amount of $499,825.00
in capacity is utilized unless earlier termination. The Contractor shall furnish all labor, supervision, and other items and services necessary to produce the required testing as defined in the attached Performance Work Statement (PWS).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05. This procurement is being competed as 100% Small Business set aside utilizing the North American Industry Classification System Code (NAICS) 541380, Testing Laboratories and Services, with a size standard $19,000,000.00. This procurement is being conducted in accordance with regulations at FAR Part 12, Acquisition of Commercial Items, FAR Part 13, Simplified Acquisition Procedures, and FAR 13.303, Blanket Purchase Agreements.
The Master BPA does not obligate any funds. The government shall be obligated only to the extent of authorized orders actually utilized via a properly executed BPA Call. The Government estimates, but does not guarantee, that the total volume of purchases through this agreement will be $499,825.00 over a 5-year period. Individual purchases shall not exceed $250,000.00. There shall be no guaranteed minimum or maximum order limits established and no guaranteed dollar amount of expenditures with the vendor. Actual purchases will be made via properly executed BPA Calls. All BPA Calls will be initiated at the time the testing is needed by a warranted Contracting Officer, a warranted Micro-purchase Contracting Officer, or a BPA Ordering Authorized Individual.
An example BPA Call is also attached to this solicitation. Offerors shall provide a quote for the example BPA Call. Quote shall include all labor, materials, and shipping FOB destination.
In accordance with FAR 52.212-2 - Evaluation -- Commercial Items, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers:
1) Technical – Providing items that at least meet the minimum specifications as defined in the PWS
2) Price - Price will be evaluated to determine the four lowest quotes.
Basis of Award: Award(s) will be made to the four offerors that are technically acceptable and provide the lowest quote for the example provided. Failure to submit sufficient information for the Government to determine technical capability and quoted price may be cause for rejection of your quote. The Government intends to evaluate offers and award up to four agreements without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
Pursuant to FAR 52.204-7(b), System for Award Management, offerors must be registered in the System for Award Management (SAM) at the time an offer or quotation is submitted and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. If an offeror is not registered in SAM at the time of the offer, its offer will not be considered for award. You may register electronically at http://www.sam.gov.
Before a complete evaluation of your quote can be made the Offeror must provide "Offeror Representations and Certifications" for their company. The preferred method for providing Reps & Certs is to include this information in your SAM registration. Offerors who do not include their Reps & Certs in their SAM registration must print, complete, and include FAR Clause 52.212-3 Alt I, Offeror Representations and Certifications - with their quote package.
It will be the offeror’s responsibility to frequently check the www.Sam.gov website where the synopsis/solicitation is to be posted for any amendments/changes to the RFQ and closing date. Any offers submitted after the response date and time will be considered late and will not be evaluated.
The following FAR clauses and provisions will apply to this acquisition:
52.203-3 Gratuities
52.203-5 - Covenant Against Contingent Fees
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper
52.204-7 System for Award Management
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.211-17 - Delivery of Excess Quantities
52.212-1 Instructions to Offerors-Commercial Items
52.212-3 Offerors Representations and Certifications- Commercial Items
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post Award Small Business Program Representation
52.222-3 Convict Labor
52.222-19 Child Labor Cooperation with Authorities and Remedies
52.222-20 - Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000
52.222-21 Prohibition of Segregated Facilities
52-222-26 Equal Opportunity
52.222-35 Equal Opportunity for Veterans
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-50 Combating Trafficking in Persons
52.223-10 Waste Reduction Program
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation
52.225-25 - Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications.
52.232-1 – Payments
52.232-8 - Discounts For Prompt Payment
52.232-34 Payment by Electronic Funds Transfer – Other than System for Award Management
52.232-39 - Unenforceability of Unauthorized Obligations
52.233- 3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.243-1 - Changes--Fixed Price
52.246-2 - Inspection Of Supplies--Fixed Price
52.247-34 - F.O.B. Destination
52.252-2 Clauses Incorporated by Reference
The full text of these FAR clauses can be accessed electronically at website:
https://www.acquisition.gov/browse/index/far
The following DFARS Clauses and Provisions may be applicable to this acquisition:
252.203-7000 Requirement Relating to Compensation of Former DoD officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.203-7005 Representation Relating to Compensation of Former DoD officials
252.211-7003 Item Unique Identification and Valuation
252.204-7003 Control Of Government Personnel Work Product
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7010 Levies on Contract Payments
252.243-7001 Pricing Of Contract Modifications
The full text of these DFARS clauses can be accessed electronically at website:
https://www.acquisition.gov/dfars
Responses should be submitted via email to Angie Stokes at angela.m.stokes@usace.army.mil no later than 12:00pm Central Standard Time on Friday, 29 December 2023.
- ERDC CONTRACTING OFC 3909 HALLS FERRY ROAD
- VICKSBURG , MS 39180-6199
- USA
- Angie Stokes
- Angela.M.Stokes@usace.army.mil
- Allison Hudson
- allison.b.hudson@usace.army.mil
- Dec 13, 2023 10:30 am CSTCombined Synopsis/Solicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.