Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
SOLICITATION NOTICE

23 -- Scissor Lift for 36 CES

Notice Date
4/20/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
N40192 NAVFAC MARIANAS PSC 455, BOX 195 FPO AP 96540-2937 BLDG 101, RTE 1 MARINE DRIVE Santa Rita, GU,
 
ZIP Code
00000
 
Solicitation Number
N4019217Q7012
 
Response Due
5/5/2017
 
Archive Date
6/5/2017
 
Point of Contact
JoAnnelle Nededog-Flores (671) 366-3686 Angela G.M. Santos
 
E-Mail Address
<!--
 
Small Business Set-Aside
Total Small Business
 
Description
DEPARTMENT OF THE NAVY NAVAL FACILITIES ENGINEERING COMMAND MARIANAS PSC 455, BOX 195 FPO AP 96540-2937 DATE: 20 APR 2017 I. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and the procedures of FAR Part 13 will be used in this particular acquisition, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. II. This solicitation is issued as a Request for Quotation (RFQ), solicitation number N40192-17-Q-7012. III. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95 effective dated 19 January 2017. IV. This acquisition is available for full and open competition. The North American Industrial Classification System (NAICS) code is 333923 and the small business size standard is 1,250 employees. V. Potential vendors are to submit a quote on the following Contract Line Items: The government intends to award a firm-fixed price purchase order for the following contract line item description, quantity and unit of issue: CLINDescriptionTotal QuantityUnit of Issue 0001Scissor Lift 1Each All requirements must be met as stated in Appendix 1, SCOPE OF WORK . VI. FAR 52.212-1, Instructions to Offerors- Commercial Items (Oct 2015) is included in this solicitation. VII. FAR 52.212-2, Evaluation Commercial Items (Oct 2014). The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made on an all or none basis. The following factors shall be used to evaluate quotes: (1)Technical acceptability of the item offered to meet the Government requirement; (2)Price The lowest priced quote will be evaluated for technical acceptability. If the lowest priced quote is found technically acceptable, the award will be made without further consideration. If the lowest quote is deemed technically unacceptable, the next lowest quote will be evaluated for technical acceptability, and so on until an award can be made to the lowest priced technically acceptable quote. TECHNICAL CRITERIA RATINGS RATING DEFINITION Acceptable: The quote meets the minimum requirements of the solicitation. Unacceptable: The quote does not meet the minimum requirements of the solicitation. VIII. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (April 2016) is included in this solicitation. Vendors must include a completed copy of this provision with its quote. IX. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015) applies to this acquisition. No addenda to this clause. X. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Mar 2016), applies to this acquisition. These FAR provisions and clauses cited within the clause at 52.212-5 are applicable to this acquisition: FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.222-3, Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons System for Award Management; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.233-3, Protest after Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.225-1, Buy American Act Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.247-64, Preference for Privately Owned U. S. Flag Commercial Vessels; Addenda to FAR 52.212-5 are the following additional provisions and clauses: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-0001, Line Item Specific: Single Funding DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; DFARS 252.211-7003, Item Unique Identification and Valuation; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.247-7023, Transportation of Supplies by Sea (End of Addendum) All firms must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. All quotes must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Quotes submitted by another firm on behalf of a SAM registered company with the intention of being award care of will not be accepted. All quotes must include registered DUNS, CAGE code, and Tax ID and small business status. Submit quotes via email to JoAnnelle Nededog-Flores at joannelle.nededog-flores@us.af.mil. Submittal of multiple quotes will not be accepted. Responses to this RFQ must be received via e-mail no later than 4:00 P.M. on 05 MAY 2017 (Guam Standard Date and Time). Oral quotes will not be accepted. Emailed quotes must be received at the stated addressee email inbox on time and the addressees must be able to open the email and all attachments. No other email receipt will be acceptable. The Government does not accept responsibility for non-receipt of quotes. It is the vendor s responsibility to request and receive confirmation of quote receipt. Please send any questions to the previous listed email no later than 10:00 A.M. on 01 MAY 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62766/N4019217Q7012/listing.html)
 
Place of Performance
Address: 36th Civil Engineer Squadron
Zip Code: Electric Shop
 
Record
SN04480646-W 20170422/170421000546-38025a40a61080a56fdb6ff49668c74c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.