Coordinate Measurement Machine Calibration Services
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
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).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Dec 15, 2022 07:21 am CST
- Original Date Offers Due: Dec 20, 2022 12:00 pm CST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Jan 04, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: J036 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY
- NAICS Code:
- 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Place of Performance:
Description
This is a combined synopsis/solicitation for commercial products or commercial services 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 and a written solicitation will NOT be issued.
This is a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation Number is W519TC-23-Q-HXCM.
The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08.
The NAICS code for this procurement is 811310; the small business size standard is $11 million. The Product Service Code is J036.
Offerors must be registered within the System for Award Management (SAM) databased at time of response to this solicitation. The website for SAM is https://www.sam.gov/.
Addendum to 52.212-1
DESCRIPTION OF REQUIREMENT
CLIN 0001: Base Period - Calibration Services; Quantity 7 ea
CLIN 0002: Option Period 1 - Calibration Services; Quantity 7 ea
CLIN 0003: Option Period 2 - Calibration Services; Quantity 7 ea
CLIN 0004: Option Period 3 - Calibration Services; Quantity 7 ea
CLIN 0005: Option Period 4 - Calibration Services; Quantity 7 ea
In accordance with the Statement of Work (SOW), as found in Attachment 01.
TYPE OF ACQUISITION AND CONTRACT
This Request for Quote, and any ultimate Award, is limited to Hexagon Manufacturing Intelligence, Inc. in accordance with the Synopsis associated with this Solicitation.
PERIOD and PLACE of PERFORMANCE
Description Delivery Date
Base Period - Calibration Services Date of Award – 31 December 2023
Option Period 1 - Calibration Services 01 January 2024 – 31 December 2024
Option Period 2 - Calibration Services 01 January 2025 – 31 December 2025
Option Period 3 - Calibration Services 01 January 2026 – 31 December 2026
Option Period 4 - Calibration Services 01 January 2027 – 31 December 2027
Place of Performance is at the following Crane Army Ammunition Activity location:
Building 148
300 Highway 361,
Crane, IN 47522-5001
And
Building 123
300 Highway 361,
Crane, IN 47522-5001
QUOTE/PROPOSAL SUBMISSION REQUIREMENTS
Offerors shall submit the following in response to this solicitation:
- Price – Offerors must submit Completed Pricing Sheet at Attachment 02. All yellow-highlighted sections shall be completed. Prices shall be stated to 2 decimal places.
- Price Breakdown shall be completed in Attachment 02.
- Complete Provisions at Attachment 04 – FAR 52.212-3 Alt 1, paragraph (b) only.
- Complete Attachment 05 – FAR 52.204-24
BASIS FOR AWARD
The Government intends to make an award after determination that the price is reasonable, and the offeror is responsible.
Price Analysis shall be used to determine price reasonableness; additional methods of price analysis may be used as determined by the contracting officer. These methods of evaluation may include information/input from sources such as (but not limited to) other Governmental agencies and personnel. The Government reserves the right to require the submission of any data (I.e. Data other Thank Certified Cost or Pricing Data necessary to validate the reasonableness of an offer.
LISTING OF ATTACHMENTS
Attachment 01 – Statement of Work
Attachment 02 – Pricing Sheet
Attachment 03 – Quality Assurance Surveillance Plan (QASP)
Attachment 04 – FAR 52.212-3 Alt 1
Attachment 05 – FAR 52.204-24
Attachment 06 - MFR LSJ Redacted - Coordinate Measurement Machines
DEADLINE FOR SUBMISSION
Offers are due on December 20,2022 no later than 12:00pm Central Time.
Offer shall be submitted in the following way:
Electronically via email to the Contracting Officer, cindy.k.wagoner.civ@army.mil and Contract Specialist, andrea.garcia63.civ@army.mil . Offerors shall include “W519TC-23-Q-HXCM - Response – [Insert Offeror’s Name]” within the Subject line.
QUESTIONS
Questions shall be submitted in the same manner as Offer, electronically via email to the Contract Specialist and Contracting Officer.
**Note: Interested offerors must submit any questions concerning this solicitation at the earliest time possible, to enable the Buyer to respond. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
End of Addendum 52.212-1
SOLICITATION PROVISIONS
The following Federal Acquisition Regulations (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) provisions apply and are incorporated by reference (provisions may be obtained via the internet at http://www.acquisition.gov):
FAR 52.212-1 - Instructions to Offerors - Commercial Products and Commercial Services
FAR 52.212-3 Alt I – Offeror Representations and Certifications – Commercial Products and Commercial Services – Alt I
FAR 52.204-7 - System for Award Management
FAR 52.204-16 – Commercial and Government Entity Code Reporting
FAR 52.204-17 - Ownership or Control of Offeror
FAR 52.204-20 - Predecessor of Offeror
FAR 52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-26 - Covered Telecommunications Equipment or Services—Representation
52.217-5 – Evaluation of Options (JUL 1990)
252.203-7005 - Representation Relating to Compensation of Former DoD Officials
252.204-7008 - Compliance with Safeguarding Covered Defense Information Controls
252.204-7016 - Covered Defense Telecommunications Equipment or Services—Representation
252.204-7017 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation
252.204-7019 - Notice of NIST SP 800-171 DoD Assessment Requirements
252.225-7055 - Representation Regarding Business Operations with the Maduro Regime
CLAUSES
The following Federal Acquisition Regulations (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply and are incorporated by reference (clauses may be obtained via the internet at http://www.acquisition.gov):
FAR 52.212-4 - Contract Terms and Conditions – Commercial Products and Commercial Services (NOV 2021)
FAR 52.212-5 – Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services
FAR 52.204-10 – Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020)
FAR 52.204-23 – Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021)
FAR 52.204-25 – Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)
FAR 52.209-6 - Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021)
FAR 52.209-10 – Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)
FAR 52.222-3 – Convict Labor (JUN 2003)
FAR 52.222-21 – Prohibition of Segregated Facilities (APR 2015)
FAR 52.222-26 – Equal Opportunity (SEP 2016)
FAR 52.222-35 – Equal Opportunity for Veterans (JUN 2020)
FAR 52.222-36 – Equal Opportunity for Workers with Disabilities (JUN 2020)
FAR 52.222-37 – Employment Reports on Veterans (JUN 2020)
FAR 52.222-41 – Service Contract Labor Standards (AUG 2018)
FAR 52.222-42 – Statement of Equivalent Rates for Federal Hires (MAY 2014)
FAR 52.222-50 – Combating Trafficking in Persons (NOV 2021)
FAR 52.223-18 – Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)
FAR 52.232-33 - Payment by Electronic Funds Transfer—System for Award Management (OCT 2018)
FAR 52.204-9 – Personal Identity Verification of Contractor Personnel (JUN 2020)
FAR 52.204-13 – System for Award Management Maintenance (OCT 2018)
FAR 52.204-18 - Commercial and Government Entity Code Maintenance (AUG 2020)
FAR 52.204-21 – Basic Safeguarding of Covered Contractor Information Systems (NOV 2021)
FAR 52.217-9 – Option to Extend the Term of the Contract (MAR 2000)
FAR 52.232-40 – Providing Accelerated Payments to Small Business Subcontractors (NOV 2021)
FAR 52.233-3 – Protest After Award (AUG 1996)
FAR 52.233-4 - Applicable Law for Breach of Contract Claim (OCT 2004)
DFARS 252.203-7000 – Requirements Relating to Compensation of Former DoD Officials (SEP 2022)
DFARS 252.203-7002 – Requirement to Inform Employees of Whistleblower Rights (SEP 2013)
DFARS 252.204-7003 - Control of Government Personnel Work Product (APR 1992)
DFARS 252.204-7012 - Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2019)
DFARS 252.204-7015 - Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016)
DFARS 252.204-7018 – Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021)
DFARS 252.204-7020 – NIST SP 800-171 DoD Assessment Requirements (MAR 2022)
DFARS 252.225-7048 – Export-Controlled Items (JUN 2013)
DFARS 252.232-7006 – Wide Area WorkFlow Payment Instructions (DEC 2018)
DFARS 252.232-7010 – Levies on Contract Payments (DEC 2006)
DFARS 252.244-7000 – Subcontracts for Commercial Items (JAN 2021)
Addendum to 52.212-4
FAR 52.247-34 – FOB Destination
DFARS 252.201-7000 - Contracting Officer's Representative (DEC 1991)
End of Addendum 52.212-4
Attachments/Links
Contact Information
Contracting Office Address
- ACC ROCK ISLAND BLDG 60 3055 RODMAN AVE
- ROCK ISLAND , IL 61299-0000
- USA
Primary Point of Contact
- Andrea Garcia
- andrea.garcia63.civ@army.mil
Secondary Point of Contact
- Cindy k. Wagoner
- cindy.k.wagoner.civ@army.mil
- Phone Number 3097820182
History
- Jan 11, 2023 10:58 pm CSTCombined Synopsis/Solicitation (Updated)
- Dec 15, 2022 07:21 am CSTCombined Synopsis/Solicitation (Original)