Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2017 FBO #5777
SOLICITATION NOTICE

25 -- GM Brand Name or Equal Truck Parts

Notice Date
9/15/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
3985 Cummings Rd., San Diego, CA 92136
 
ZIP Code
92136
 
Solicitation Number
N0024417Q0214
 
Response Due
9/20/2017
 
Archive Date
3/19/2018
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is N0024417Q0214 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 336390 with a small business size standard of 750.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-09-20 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be SAN DIEGO, CA 92155 The FLC - San Diego requires the following items, Brand Name or Equal, to the following: LI 001: GM P/N 15854614Handle BRAND NAME OR EQUAL, 30, ea; LI 002: GM P/N 22925285Handle BRAND NAME OR EQUAL, 30, EA; LI 003: GM P/N 15043672 Extension BRAND NAME OR EQUAL, 134, EA; LI 004: GM P/N 11610693 Retainer BRAND NAME OR EQUAL, 67, EA; LI 005: GM P/N 15076082 F-BAG BRAND NAME OR EQUAL, 30, EA; LI 006: GM P/N 15783357 Bolt BRAND NAME OR EQUAL, 30, EA; LI 007: GM P/N 11609411 (S) Nut BRAND NAME OR EQUAL, 134, EA; LI 008: GM P/N 22895910 Bracket BRAND NAME OR EQUAL, 30, EA; LI 009: GM P/N 15788800 F-Jack BRAND NAME OR EQUAL, 30, EA; LI 010: GM P/N 15547900 Block BRAND NAME OR EQUAL, 134, EA; LI 011: GM P/N 15772593 (S) Nut BRAND NAME OR EQUAL, 67, EA; LI 012: GM P/N 20782704 Tool Kit BRAND NAME OR EQUAL, 37, EA; LI 013: GM P/N 20784302 Bracket BRAND NAME OR EQUAL, 37, EA; LI 014: GM P/N 25804818 Jack BRAND NAME OR EQUAL, 37, EA; LI 015: GM P/N 15802669 Bolt BRAND NAME OR EQUAL, 37, EA; LI 016: GM P/N 9596426 Wheel BRAND NAME OR EQUAL, 10, EA; LI 017: GM P/N 9595396 Wheel BRAND NAME OR EQUAL, 10, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - San Diego intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - San Diego is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 336390 and the Small Business Standard is 1,000 employees. FAR 52.247-34, F.o.b. Destination applies 52.212-2 Evaluation - Commercial Items. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use “Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders —Commercial Items. 52.204-10 Reporting Subcontract Awards. 52.219-28 Post-Award Small Business Program Rerepresentation. 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers w/ Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-18 Availability of Funds 252.211-7003 Item Identification & Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) Control of Government Personnel Work Product (April 1992) Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Buy American Act & Balance of Payments (Oct 2011) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) Safeguarding of Unclassified Controlled Technical Information Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ”Representation. Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. FAR 52.211-6 -- Brand Name or Equal is hereby incorporated by reference. Provide information required by FAR 52.211-6 when submitting offers for brand name products. The Government intends to make a single award to the responsible offeror whose offer the most advantageous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror (see FAR 15.34). Award will be made upon price reasonableness determination, contractor determination of responsibility within the meaning of FAR Part 9, and acceptance to the provisions set forth herein. The following shall be used to evaluate offers: 1. Ability to meet the requirements (see attached requirements) 2. Ability to meet the delivery date 3. Price The Government intends to make award on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for Factor (1) and Factor (2), the two nonpriced factors. The Government will not, however, provide additional credit for those proposals that may exceed the standards. Offeror proposals will be evaluated under Factor (1) above, which represents minimum acceptable criteria. Under this factor, the Government will rate the quote as either acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the entire proposal unacceptable and the proposal may not be considered for award. Only those offers which meet the minimum requirements of Factor (1) will be further evaluated under Factor (2). Under this factor, the Government will rate the contractor ™s ability to meet the delivery timeline as either acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the entire proposal unacceptable and the proposal may not be considered for award. For those offers that are rated acceptable on Factor (1) and Factor (2), The Government will then rate factor (3), Price. Ability to meet the requirements and delivery time when combined are equal to price. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore, contain the offerors best terms from both a price and technical standpoint. (b) TECHNICAL CAPABILITY OF PROPOSED ITEM TO MEET REQUIREMENTS, Factor (1), will be assessed by evaluating commercial product brochures, drawings and technical information submitted in response to FAR Clause 52.212-1, INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS, Subparagraph (b) (4), which is incorporated by reference in this solicitation. Offerors technical information will be used to determine whether the items proposed meet the specifications included in the solicitation. Items offered, as provided in the Offerors technical information, will be evaluated as technically acceptable or technically unacceptable. Offers which are determined to be technically unacceptable may not be above. Ability to meet the required delivery date and shipping terms shall be demonstrated by the Offeror ™s submission of a signed offer which has not taken exception to the required sale and terms. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (t) of this provision. Failure to register in ORCA may preclude an award being made to your company. "ALL OR NONE" BIDS (OCT 2009) (a) The Government reserves the right to evaluate bids and make awards on an ''all or none'' basis as provided below. (b) A bid submitted on an ''all or none'' or similar basis will be evaluated as follows: The lowest acceptable bid exclusive of the ''all or none'' bid will be selected with respect to each item (or group of items when the solicitation provides for aggregate awards) and the total cost of all items thus determined shall be compared with the total of the lowest acceptable ''all or none'' bid. Award will be made to result in the lowest total cost to the Government
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024417Q0214/listing.html)
 
Place of Performance
Address: SAN DIEGO, CA 92155
Zip Code: 92155-5401
 
Record
SN04679522-W 20170917/170915231249-2f337e75cd469d214a3288948a38807b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.