Federal Bid

Last Updated on 01 Oct 2015 at 8 AM
Combined Synopsis/Solicitation
Aberdeen proving ground Maryland

B12 Radioactive Waste Containers

Solicitation ID W56ZTN-15-T-0027
Posted Date 09 Sep 2015 at 12 PM
Archive Date 01 Oct 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Aberdeen proving ground Maryland United states
The combined synopsis/ solicitation number is W56ZTN-15-T-0027. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83. The Government contemplates award of a Firm-Fixed Price (FFP) Purchase Order 40 each B12 Radioactive Waste Containers to meet the requirements set forth in the Nevada National Security Site Waste Acceptance Criteria (NNSSWAC) Rev 10a. to support the operation of the United States Army Garrison, Aberdeen Proving Ground (USAG APG). For Specifications see W56ZTN-15-T-0027 Attachment. The Associated North America Industry Classification Code (NAICS) is 332431. This acquisition is in accordance with FAR Part 13 and only Open Market quotations are being accepted from responsible contractors. This requirement is NOT being procured in accordance with FAR Part 8, General Service Administration (GSA).
Acceptance and inspection shall be at DESTINATION.
Final completion/destination shall be at USAG Aberdeen Proving Ground, Aberdeen Proving Ground, MD 21005.
CLIN 0001: The USAG-APG has a requirement for 40 each B12 Radioactive Waste Containers to meet the requirements set forth in the Nevada National Security Site Waste Acceptance Criteria (NNSSWAC) Rev 10a. The containers must be designed and manufactured in compliance with the Code of Federal Regulations Title 49-Transporation, CRF parts; 171.8, 173.24, 174.410, 173411 and 178.3. These containers shall also meet the requirements and specifications of all applicable quality control procedures and instructions. Vendor's Quality Assurance Program (QAP) must have been audited and approved within the last year by a waste certification official that it meets the NNSSWAC. The requirement shall in accordance with the attached requirements specified, see the Attachment. Must be able to make delivery within 30 days of award.

The following provisions and clauses will be incorporated by reference:
52.203-3 Gratuities
52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S .C. 2402)
52.203-13, Contractor Code of Business Ethics and Conduct
52.204-7, System for Award Management
52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters
52.212-1 Instruction to Offerors Commercial Items
52.212-2, Evaluation Commercial Items:
The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-cost factors, which are the technical requirements in accordance with attached W56ZTN-15-T-0027 Specifications see attachment. The technical evaluation will be a determination based on information furnished by the vendor.
The Government is not responsible for locating or securing any information which is not identified in the quotation.

a. Award will be made on the basis of the lowest evaluated price quotation technically meeting or exceeding the acceptability standards of the required 40 each B12 IP-1 Rated Radioactive Waste Containers in accordance with this solicitation, W56ZTN-15-T-0027. Specifications/requirements in attachment. The Government reserves the right to make an award without discussions. Government reserves the right to award on all or none basis.
52.212-3, An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquistion.gov If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision at https://www.sam.gov
52.212-4 Contract Terms and Conditions Commercial Items.
52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEVIATION 2013-O0019)
52.211-6 (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation.
(b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-
(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;
(2) Clearly identify the item by-
(i) Brand name, if any; and
(ii) Make or model number;
(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
(4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.
(c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.
(d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.
52.219-6 Notice of Total Small Business Set-Aside
52.219-14 Limitations on Subcontracting
52.222-3, Convict Labor
52.222-19 Child Labor Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans
52.222-17, Nondisplacement of Qualified Workers
52.222-36 Affirmative Action for Workers with Disabilities
52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era
52.222-54, Employment Eligibility Verification (Jul 2012
52.222-50, Combating Trafficking in Persons
52.222-40, Notification of Employee Rights Under the National Labor Relations Act
52.223-11 Ozone Depleting Substances
52.225-2 Buy American Act - Supplies
52.225-13 Restrictions on Certain Foreign Purchase
52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration
52.239-1, Privacy or Security Safeguards
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
52.246-2 Inspection of Supplies-Fixed Price
52.247-34 FOB Destination
52.252-1 Solicitation Provisions Incorporated by Reference:
This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil

252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7003 Agency Office of the Inspector General
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7004 Alt A System for Award Management Alternate A
252.204-7012 Safeguarding of Unclassified Controlled Technical Data
252.211-7003 Item Unique Identification and Valuation
252.213-7000 Notice to Prospective Suppliers on Use of pat Performance Information Retrieval System.
252.219-7011 Notification to Delay Performance
252.225-7001 Buy America and Balance of Payment Program
252.225-7008 Restriction on Acquisition of Specialty Metals
252.225-7009 Restriction on Acquisition of Certain Article Containing Specialty Metals
252.225-7012 Preference for Certain Domestic Commodities
252.225-7015 Restriction on Acquisition of Hand or Measuring Tools
252.225-7016 Restriction on Acquisition of Ball and Roller Bearings
252.225-7038 Restriction on Acquisition of Air Circuit Breakers
252.232-7003 Electronic Submission of Payment Requests
252-247-7023 Transportation of Supplies by Sea
252-247-7024 Notification of Transportation of Supplies by Sea


EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax.
AMC-LEVEL PROTEST (NOV 2008)
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 Government Accountability 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. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution.
HQ Army Materiel Command
Office of Command Counsel
9301 Chapek Rd, Room 2-1SE3401
Ft. Belvoir, VA 22060-5527
Facsimile number: (703) 806-8866 or 8875

 

Packages sent by FedEx, UPS, or other delivery service should be addressed to:
HQ Army Materiel Command
Office of Command Counsel
Room2-1SE3401
1412 Jackson Loop
Ft. Belvoir, VA 22060-5527
The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures.
http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp
Quotations must be dated and received by US Army Contracting Command, Aberdeen Proving Ground, Tenant Division 6001 Combat Drive, 2nd Floor, Room C2-101, Aberdeen Proving Ground, MD, 21005-1846, Attention Ms. Joanne Fleming via email [email protected] no later than September 16, 2015 @ 11:00 AM Eastern Time (ET). All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov service desk http://www.FSD.gov. For questions concerning this Request for Quotation contact Ms. Sherry Compton email [email protected]. Please provide any questions no later than September 14, 2015 @ 11:00 AM eastern time (ET). NO TELEPHONE REQUESTS WILL BE HONORED.

Bid Protests Not Available

Similar Past Bids

Aberdeen Maryland 26 Feb 2019 at 2 PM
Maryland 27 Aug 2015 at 8 PM
Cannon air force base New mexico 27 Aug 2012 at 4 PM
Location Unknown 26 Oct 2010 at 5 PM
New cumberland Pennsylvania 09 Mar 2021 at 5 AM