Calibration Services Master BPA for ERDC GSL

expired opportunity(Expired)
From: Federal Government(Federal)
W912HZ23Q0315

Basic Details

started - 15 Mar, 2023 (13 months ago)

Start Date

15 Mar, 2023 (13 months ago)
due - 27 Mar, 2023 (13 months ago)

Due Date

27 Mar, 2023 (13 months ago)
Bid Notification

Type

Bid Notification
W912HZ23Q0315

Identifier

W912HZ23Q0315
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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 Calibration Services to ISO 17025 standards. This announcement constitutes the only solicitation; quotes 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 three, Master Blanket Purchase Agreements (BPA) in order to facilitate Calibration Services. 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, the Contractor agrees to the identified terms and conditions for a BPA to provide the required Calibration Services. The Government
anticipates this solicitation will result in multiple BPA awards, up to three. Ordering shall be for a period of five years or a total combined $285,000.00 in capacity is utilized unless earlier termination. The Contractor shall furnish all labor, supervision, and other items and services necessary to produce the required calibration services 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 2023-01. This procurement is being competed 100% small business set aside and utilizes the North American Industry Classification System Code (NAICS) 811219, Other Electronic and Precision Equipment Repair and Maintenance, with a size standard $22 million. 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 authorizes services 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 $285,000.00 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 calibration services are needed by a warranted Contracting Officer, a warranted Micro-purchase Contracting Officer, or a BPA Ordering Authorized Individual. Offerors shall provide a unit price for all the items listed in the PWS using a quantity of one (1). These will not be binding prices, only for evaluating purposes only. All future BPA Calls will be competed within the pool established. 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 Performance Work Statement (PWS) 2) Price - Price will be evaluated to determine the three lowest quotes. Basis of Award: Award(s) will be made to the three offerors that are technically acceptable and provide the lowest quote as stated above. 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 a contract 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 RFP 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 may apply to this acquisition: 52.203-3 Gratuities 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.212-1 Instructions to Offerors-Commercial Items 52.212-3 Offerors Representations and Certifications- Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items 52.252-2 Clauses Incorporated by Reference Additionally, the following clauses/provisions located within FAR 52.212- 5 may apply to this acquisition: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 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 52.219-6 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 52.222-21 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 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-34 Payment by Electronic Funds Transfer - Other than System for Award Management 52.233- 3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 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 5:00pm Central Standard Time on Monday, 27 March 2023.

Vicksburg, MS, 39180, USALocation

Place Of Performance : Vicksburg, MS, 39180, USA

Country : United StatesState : Mississippi

You may also like

PREVENTIVE MAINTENANCE&CALIBRATION OF EQUIPMENT

Due: 28 Feb, 2025 (in 10 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

C5612018-D Veterinary Services

Due: 06 May, 2024 (in 10 days)Agency: Dept of Corrections & Rehab

Veterinary Services

Due: 18 May, 2024 (in 21 days)Agency: Office of Animal Services

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAICS CodeCode 811210
Classification CodeCode J066