Calibration Services Master BPA for ERDC GSL

Agency: DEPT OF DEFENSE
State: Mississippi
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159133246939247
Posted Date: Apr 15, 2024
Due Date: Apr 19, 2024
Solicitation No: W912HZ24R0415
Source: Members Only
Follow
Calibration Services Master BPA for ERDC GSL
Active
Contract Opportunity
Notice ID
W912HZ24R0415
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
OTHER DIVISION
Office
W2R2 USA ENGR R AND D CTR
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)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 15, 2024 03:39 pm CDT
  • Original Date Offers Due: Apr 19, 2024 03:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 04, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Vicksburg , MS 39180
    USA
Description

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; 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 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 (BPAs), the Contractor agrees to the identified terms and conditions for a BPA to provide the required Calibration Services. Should a vendor hold an existing Master BPA for these services, a BPA Call may be issued.





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 amount of $285,000.00 in capacity is utilized unless earlier termination. The Contractor shall furnish all items necessary to supply the calibration services to GSL in accordance with the attached Description of Requirements (DOR).





The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05. This procurement is being competed as 100% Small Business set aside utilizing the North American Industry Classification System Code (NAICS) 811210, 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 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 a combined $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 services are needed by a warranted Contracting Officer, a warranted Micro-purchase Contracting Officer, or a BPA Ordering Authorized Individual.





The Description of Requirements (DOR) for the BPA Call is attached to this solicitation. Offerors shall provide a quote for the BPA Call.





In accordance with FAR 52.212-2 - Evaluation -- Commercial Items, the Government will award up to five agreements 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 DOR. Technical documentation is required to show the type of services proposed in the contractors offer.





2) Price - Price will be evaluated to determine the award of the BPA call.





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 up to three 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



52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions



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



52.204-26 Covered Telecommunications Equipment or Services—Representation



52.209-7 Information Regarding Responsibility Matters



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



52.222-22 Previous Contracts and Compliance Reports



52.222-25 Affirmative Action Compliance



52.222-37 Employment Reports on Veterans



52.222-40 Notification of Employee Rights Under the National Labor Relations Act



52.246-2 - Inspection Of Supplies--Fixed Price



52.247-34 - F.O.B. Destination



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



52.219-28 Post Award Small Business Program Representation



52.219-27 Notice of Set-Aside for, or Sole-Source Award to, Service Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program



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



52.223-6 Drug Free Workplace



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



52.232-33 Payment by Electronic Funds Transfer – 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



252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support



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



252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services



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 3:00pm Central Standard Time on Friday, 19 April 2024.


Attachments/Links
Contact Information
Contracting Office Address
  • ERDC CONTRACTING OFC 3909 HALLS FERRY ROAD
  • VICKSBURG , MS 39180-6199
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 15, 2024 03:39 pm CDTCombined 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.

Start Free Trial Today >