Indiana Bids > Bid Detail

ISO 9001 Certification/Maintenance

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159589241201298
Posted Date: Nov 9, 2022
Due Date: Nov 21, 2022
Solicitation No: W519TC-23-Q-ISOC
Source: https://sam.gov/opp/ee25d1be19...
Follow
ISO 9001 Certification/Maintenance
Active
Contract Opportunity
Notice ID
W519TC-23-Q-ISOC
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC RI
Office
W6QK ACC-RI
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Nov 09, 2022 10:09 am CST
  • Original Published Date: Oct 20, 2022 11:30 am CDT
  • Updated Date Offers Due: Nov 21, 2022 12:00 pm CST
  • Original Date Offers Due: Nov 21, 2022 12:00 pm CST
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 05, 2022
  • Original Inactive Date: Dec 05, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R704 - SUPPORT- MANAGEMENT: AUDITING
  • NAICS Code:
    • 541614 - Process, Physical Distribution, and Logistics Consulting Services
  • Place of Performance:
    Crane , IN 47522
    USA
Description View Changes

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-ISOC.





The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08.





The NAICS code for this procurement is 541614; the small business size standard is $17.5 million. The Product Service Code is R704.





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





This solicitation is issued for Maintenance of ISO 9001 Certification at Crane Army Ammunition Activity (CAAA), Crane IN in accordance with the Performance Work Statement at Attachment 01.





The Contract Line Item (CLIN) Structure is as follows:





CLIN 0001 – 1st quarter, FY23, CAAA Surveillance Audits 1 (SA1)



CLIN 0002 – 3rd quarter, FY23, CAAA Surveillance Audits 2 (SA2)



CLIN 0003 – Year 1, Travel Expenses



CLIN 0004 – 1st quarter, FY24, CAAA Surveillance Audits 3 (SA3)



CLIN 0005 – 3rd quarter, FY24, CAAA Surveillance Audits 4 (SA4)



CLIN 0006 – Year 2, Travel Expenses



CLIN 0007 – 1st quarter, FY25, CAAA Surveillance Audits 5 (SA5)



CLIN 0008 – 4th quarter, FY25, CAAA Recertification Audits 1 (RC1)



CLIN 0009 – Year 3, Travel Expenses





TYPE OF ACQUISITION AND CONTRACT





This acquisition is issued as 100% Small Business Set-Aside. Award will be made using Low Price Technically Acceptable (LPTA) Source Selection procedures. Award will be made on a firm-fixed price basis for CLINs 0001, 0002, 0004, 0005, 0007, and 0008. CLINs 0003. 0006, and 0009 (Travel Expense) will be awarded on a cost-reimbursable not-to-exceed basis.





PERIOD and PLACE OF PERFORMANCE





The period of performance is from Date of Award through 30 September 2025. Performance locations is 300 Highway 361, Crane, IN 47522-5001.





QUOTE/PROPOSAL SUBMISSION REQUIREMENTS





Offerors shall submit the following in response to this solicitation:




  1. 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.





2. Technical Capability Information, to include:





*Capability Statement/Literature/Brochure which clearly defines the company skills and competence areas



* Copy of company's current accreditation by one of the following accreditation bodies:



o International Accreditation Service (IAS)



o International Accreditation Forum (IAF)



o ANSI National Accreditation Board (ANAB)



3. Completed Provisions at Attachment 03 – FAR 52.212-3 Alt 1, paragraph (b) only.





EVALUATION CRITERIA FOR PRICE





Pricing Sheet, Attachment 02, Total Evaluated Price is calculated as follows:





The Total Evaluated Price is the sum of the proposed prices of all Contract Line Items (CLINs) listed on the Pricing Sheet.





Proposals will be evaluated for price reasonableness in accordance with FAR 13.106-3(a).





Data other than Certified Cost or Pricing Data. The Government anticipates receiving competitive proposals and using competition to determine price reasonableness. The Government reserves the right to request data other than certified cost or pricing data after receipt of proposals. If required, data other than certified cost or pricing data must be submitted in accordance with the instructions specified at FAR 15.403-5.





EVALUATION CRITERIA FOR TECHNICAL CAPABILITY





Based on the information the offeror provides, a rating of "Acceptable" or "Unacceptable" will be assigned as follows:





Acceptable: Proposal meets the requirements of the Solicitation



Unacceptable: Proposal does not meet the requirements of the Solicitation





BASIS FOR AWARD





Award will be made to the offeror whose offer is determined to be Technically Acceptable, who provides the lowest Total Price, who is deemed responsible, and whose quote conforms to the solicitation requirements.





Only those offers determined to be technically acceptable, either initially or as a result of discussions, will be considered for award.





In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions.





Unbalanced Pricing - As part of the evaluation, proposals may be reviewed to identify any significant unbalanced pricing. IAW FAR 15.404-1(g) - Unbalanced Pricing, a proposal may be rejected if the contracting officer determines the lack of balance poses an unacceptable risk to the government.





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 Than Certified Cost or Pricing Data) necessary to validate the reasonableness of an offer.





LISTING OF ATTACHMENTS





Attachment 01 – Performance Work Statement



Attachment 02 – Pricing Sheet



Attachment 03 – Quality Assurance Surveillance Plan (QASP)



Attachment 03 – FAR 52.212-3 Alt 1





DEADLINE FOR SUBMISSION





Offers are due on November 21, 2022 no later than 12:00pm Central Time.





Offers shall be submitted in the following way:





Electronically via email to the Contract Specialist, Andrea Garcia, andrea.garcia63.civ@army.mil and the Contracting Officer, cindy.k.wagoner.civ@army.mil. Offerors shall include “W519TC-23-Q-ISOC - Response – [Insert Offeror’s Name]” within the Subject line.





QUESTIONS





Questions shall be submitted in the same manner as Offers, 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 ServicesFAR 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



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 52.219-6 – Notice of Total Small Business Set-Aside (NOV 2020)



FAR 52.219-8 – Utilization of Small Business Concerns (OCT 2018)



FAR 52.219-28 – Post-Award Small Business Program Rerepresentation (SEP 2021)



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 52.232-40 – 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 252.203-7003 - Agency Office of the Inspector General (AUG 2019)



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





*****************************************************************************************************************************************



Amendment 01:



The purpose of this amendment is to revise:



1. Attachment 01 - Performance Work Statement (PWS)



2. The QUOTE/PROPOSAL SUBMISSION REQUIREMENTS section of this combined synopsis/solicitation.



All other terms and conditions remain unchanged.



Amendment 02:



The purpose of this amendment is to address the following.



1. To rescind Amendment 01.



2. This amendment is revising the Quote/Proposal Submission Requirements Section of this combined synopsis solicitation to read as it was originally posted.



3. Attachment 01 Performance Work Statement (PWS) has been updated to reflect the response to paragraph 4a) below.



4. Respond to questions received.



a) Question: The PWS indicates that the current certificate for ISO 9001 expired on September 30, 2022. This is a critical issue as it will portray to potential offerors that Crane does not have a current certificate.

Response: The PWS was updated to reflect Expiration of the ISO 9001 Certification to September 30, 2025.



b) Question: The Synopsis requires, “Copy of company's current accreditation by one of the following accreditation bodies: International Accreditation Service (IAS), International Accreditation Forum (IAF), ANSI National Accreditation Board (ANAB)…” The IAF is not an Accreditation Body. The IAF is an organization to which Accreditation Bodies belong. The correct terminology would be “The Offeror shall be accredited to ISO 17021 by a member of the International Accreditation Forum (IAF) with a scope of membership that includes management system certification. The Offeror’s Certificate of Accreditation shall be provided with its submission and shall include ISO 9001 in its scope of accreditation.”

Response: While the IAF statement is correct, it is not the only organization that accrediting bodies belong. See Quote/Proposal Submission Requirements Section for other acceptable organizations.



c) Question: We would like to know if this is a brand new contract OR if there is (was) an incumbent performing these services. If not brand new, could you please provide the current / previous contract number?

Response: Crane currently possesses ISO 9001 Certification which expires in September 30, 2025. The previous contract information will not be provided.



d) Question: ISO 9001 requires the Standard, and defined processes (many organizations have 4-7) which are also to be audited for certification. If you could inquire and provide as to both the Scope Statement and key processes (i.e., Contract Management, Personnel and Staffing, Purchasing and Procurement, Service Delivery) it would be most helpful. 1. What is your Scope Statement, and 2. What are your Key Processes?

Response: See Paragraph 2.1 of the PWS for exclusions. All other Clauses are required to be audited and certified.



5. The amendment also adds Andrea Garcia as a Point of Contact for this solicitation. Please include Andrea on your Offeror Submission. Her POC information is available in the Contact Information Section.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • ACC ROCK ISLAND BLDG 60 3055 RODMAN AVE
  • ROCK ISLAND , IL 61299-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >