See Attached PWS, PRS (Inlcuded in PWS), and Tech Requirements
Please call or e-mail Contract Specialist Monty Kurtz w/ all questions concerning this/these item/s @ 435-831-
2501 [email protected]
This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the government's requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-16-R-0005. All firms responding must be registered with the SAM System for Award Management. North American Industrial Classification.
Basis for Award: Price
Standard 332312(500 Employees) applies to this procurement. The following provisions and/or clauses apply to
this acquisition:
52.204-7 System for Award Management
52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 System for Award Management
Maintenance 52.212-1 Instructions to Offerors--Commercial Items
52.212.1 Instructions to Offerors
52.212-3 Offeror Representations and Certifications
52.212-4 Contract Terms and Conditions--Commercial Items 52.222-50 Combating Trafficking in Persons
52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items
52.228-5 Insurance - Work on a Government Installation 52.228-7 Insurance--Liability to Third Persons
52.233-3 Alt I Protest After Award (Aug 1996) - Alternate I 52.246-1 Contractor Inspection Requirements
52.246-2 Inspection of Supplies--Fixed Price 52.247-34 F.O.B. Destination
252.201-7000 Contracting Officer's Representative
252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government
Personnel Work Product
252.204-7004 Alt A System for Award Management Alternate A
252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.219-7000 Advancing Small
Business Growth
252.225-7036 Buy American--Free Trade Agreement--Balance of Payments Program--Basic
252.227-7015 Technical Data--Commercial Items
252.227-7037 Validation of Restrictive Markings on Technical Data
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area
Workflow Payment Instructions
252.232-7010 Levies on Contract Payments 252.247-7023 Transportation of Supplies by Sea
52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS
52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I
52.203-13, Contractor Code of Business Ethics and Conduct
Base Notice: Vaisala Instrumentation Probe Replacement/Calibration and Procurement of... Page 2 of 5
https://www.fbo.gov/index?s=procurement&mode=form&id=a4cc94f671902a77c13d74d3... 8/15/2016
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the
Government's Interest When Subcontracting with Contractors Debarred,
Suspended, or Proposed for Debarment.
52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14,
Limitations on Subcontracting
52.219-16, Liquidated Damages-Subcontracting Plan
52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor
52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-37, Employment Reports on Veterans
52.222-40, Notification of Employee Rights under the National Labor Relations Act 52.223-18, Encouraging
Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases
(June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the
Department of the Treasury).
52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.228-4001 INSURANCE
REQUIREMENTS
252.209-7992 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX
LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2015
APPROPRIATIONS (DEVIATION 2015-OO0005) (DEC 2014) 252.211-7003 ITEM UNIQUE IDENTIFICATION
AND VALUATION
252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION
52.237-1 Site Visit
Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.
A Site visit is scheduled for 9:00 AM [local prevailing time at U.S. Army Dugway Proving Ground, Utah] on Tuesday, August 30, 2016. Offerors interested in attending the site visit shall contact Mr. Monty Kurtz, Contract Specialist via email [[email protected]] by no later 2:00 PM [local prevailing time at U.S. Army Dugway Proving Ground, Utah] on Monday, August 22, 2016.
To request admittance to DPG/Site Visit, contractor shall include the following information for each individual: (1) Name; (2) Name of the company representing; (3) Telephone number; (4)Issuing State/ Driver's License Number; (5) Date of Birth; and (6) Citizenship status. i.e. US Citizen (yes/no).
Contractors are advised to arrive at the security building no later than 8:30a.m. in order to gain access to DPG and proceed to the Contracting Office at Building 5330, Southwest Wing. A Bus/Van will then be provided for transportation to the location. Contractors driving onto post shall bring current vehicle registration and proof of insurance.
The following local information apply to this solicitation: Foreign Visitors / Employees; Location of U.S. Army
Dugway Proving Ground;
FOREIGN VISITORS/EMPLOYEES
Contractors with valid U.S. government contracts will be allowed to hire non U.S. citizens to work at or visit U.S. Army Dugway Proving Ground (DPG) during performance of the contract. Contractors shall adhere to the following process. A list of foreign national employees shall be provided to the DPG Counterintelligence, Law Enforcement, and Security Offices at least five (5) working days prior to arrival on post. A copy of the list shall also be submitted to the Contracting Officer or an appointed Contracting Officer's Representative (COR). The list will contain name, nationality, green card and social security number, date of birth, driver's license number and state where issued. The Contractor shall also list the date(s) foreign nationals will be on post. If a sensitive test or visit is scheduled during the dates provided, the Counterintelligence Office will inform the Contractor whether the work/visit may take place. Employees will not be allowed on Post until verification process is complete. Once verification has been received, the Counterintelligence Office is responsible to provide the Protocol Office the following information for badge preparation: Name, Company and Point-of- Contact. The Contracting Officer or COR will be responsible to pick-up the badges and holders, issue them to the visitor and return them at the end of the visit.
LOCATION OF US ARMY DUGWAY PROVING GROUND
U.S. Army Dugway Proving Ground is located in a remote area. The main gate is approximately 90 miles southwest of Salt Lake City, Utah. Contractors may be required to travel up to 150 miles one way from Salt Lake
City to reach some work sites.
NORMAL WORK HOURS
U.S. Army Dugway Proving Ground operates on a four (4) day work week, Monday through Thursday, from 7:00
A.M. to 5:30 P.M. (local time) except for Federal Holidays. Deliveries will be accepted on regular scheduled work
days between 7:00 A.M. and 4:30
P.M. (local time). The following Federal Holidays are observed:
(a) January 1st (f) 1st Monday in September
(b) 3rd Monday in January (g) 2nd Monday in October
(c) 3rd Monday in February (h) November 11th
Base Notice: Vaisala Instrumentation Probe Replacement/Calibration and Procurement of... Page 3 of 5
https://www.fbo.gov/index?s=procurement&mode=form&id=a4cc94f671902a77c13d74d3... 8/15/2016
(d)
(e) Last Monday in May July 4th (i) 4th Thursday in November
(j) December 25th
When any of the above holidays fall on a Sunday, the following Monday will be observed as the holiday; when a holiday falls on a Friday or Saturday the preceding Thursday is observed as the holiday.
OSHA STANDARDS
Manufacturer or supplier must ensure that all OSHA standards applicable to that which is being purchased are complied with. All quotes must be e-mailed to Richelle Hansen at [email protected] in either MS- Word, MS-Excel or
Adobe Acrobat PDF format. For any questions or concerns you may e- mail [email protected] or call 435-831-2501. Quotes are due no later than 10:00 am (prevailing local time at U.S. Army Dugway Proving Ground, Utah), Thursday, September 7, 2016
Primary Point of Contact. Monty Kurtz
Primary Point of Contact.:
Monty Kurtz,
Contract Specialist
[email protected]
Phone: (435) 831-2501
Contracting Office Address:
Bldg 5330 Valdez Circle
Dugway, Utah 84022-5000
United States