Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 08, 2020 SAM #6796
SOLICITATION NOTICE

34 -- Armor Cutting Stations

Notice Date
7/6/2020 5:46:59 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333992 — Welding and Soldering Equipment Manufacturing
 
Contracting Office
DLA DISPOSITION SERVICES - EBS BATTLE CREEK MI 49037-3092 USA
 
ZIP Code
49037-3092
 
Solicitation Number
SP451020Q1026
 
Response Due
8/6/2020 11:00:00 AM
 
Archive Date
08/21/2020
 
Point of Contact
Matthew Wonch, Phone: 2699679421
 
E-Mail Address
matthew.wonch@dla.mil
(matthew.wonch@dla.mil)
 
Description
This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Subpart 12, and FAR 13.5 as supplemented with additional information included in this notice. �This is for a single award without options. The required equipment is per the attached specifications, including its delivery timeframes.� The following clauses will be included into the award: FAR 52.212-4, Contract Terms and Conditions Commercial Item; Far 52.212-5, Contract Terms and Conditions required to implement statutes or Executive Orders Commercial items. Offeror must submit Representations and Certifications (FAR 52.212-3).� If an offeror has completed the annual representations and certificates electronically the offeror shall complete only paragraph (b) of this provision. Click on first fill in clause at web address and fill out form. Copies of the FAR/DFAR clauses can be found on the internet at http://farsite.hill.af.mil. Quotes are to be received no later than 2:00 p.m. Eastern Standard Time on the above specified date, via email only to the designated Contracting Officer. See Attachment 01 for the Bid Schedule and Specifications/Additional Terms.� All contractor performance shall be in a safe manner, and in compliance with all applicable Federal, state and local laws and regulations, and all installation policies.� Any/all required documentation and service related requirements including installation access are the responsibility of the contractor, with coordination as necessary with the site POCs or COR.� Deliveries must be performed during normal installation work hours which are available from the above POCs or COR, excluding Federal holidays. The provision at FAR 52.212-1 (Instructions to Offerors -- Commercial) applies to this procurement. The provision at FAR 52.212-2 (Evaluation -- Commercial Items) applies to this procurement (with evaluation consisting of award to the responsible contractor on the basis of the lowest evaluated price, meeting or exceeding the acceptability standards for non-cost factors (low price � technically acceptable).� C. �In accordance with FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items) the contractor shall ensure that the contractor has completed the annual representations and certifications on SAM.gov. D. �FAR 52.212-4 (Contract Terms and Conditions -- Commercial Items) applies to this procurement. E. �FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) applies to this procurement. 52.222-50, Combatting Trafficking in Persons (Jan 2019); 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); 52.204-10, Reporting Executive Compensation and First - Tier Subcontract Awards (Oct 2018); 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Dec 2019) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015); 52.209-10, Reporting Executive Compensation and First Tier Subcontract Awards (Nov 2015); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2018); 52.222-21, Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Sep 2016); 52.222-35, Equal Opportunity for Veterans (Oct 2015); 52.222-36, Affirmative Action for Handicapped Workers (Jul 2014); 52.222-37, Employment Reports on Veterans (Feb 2016); 52.223-18, Encouraging Contractor Policy to Ban Text Messages While Driving (Aug 2011); 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration (Oct 2018); 52.209-03 FIRST ARTICLE APPROVAL - CONTRACTOR TESTING (SEP 1989) FAR (a) The Contractor shall test 1 unit(s) of Lot/Item 12 as specified in this contract. At least 15 calendar days before the beginning of first article tests, the Contractor shall notify the Contracting Officer, in writing, of the time and location of the testing so that the Government may witness the tests. (b) The Contractor shall submit the first article test report within 45 calendar days from the date of this contract to e-mail to ________________ [insert address of the Government activity to receive the report] marked �First Article Test Report: Contract No. , Lot/Item No. � Within 5 calendar days after the Government receives the test report, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. ***** 52.209-03 FIRST ARTICLE APPROVAL - CONTRACTOR TESTING (SEP 1989), ALT I (JAN 1997) FAR The following additional FAR clauses apply to this procurement: 52.203-3, Gratuities (Apr 1984) 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-19 � Incorporation by Reference of Representations and Certifications 52.232-17, Interest (Oct 2010) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.233-3 -- Protest After Award 52.233-4 -- Applicable Law for Breach of Contract Claim 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.242-13, Bankruptcy (Jul 1995) 52.247-34, FOB Destination The following DFARS clauses apply to this procurement: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012� Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 52.204-9000��� Contractor Personnel Security Requirements (Aug 2014) (DLAD Clause) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) 252.211-7003, Item Unique Identification and Valuation 252.225-7000, BUY AMERICAN�BALANCE OF PAYMENTS PROGRAM CERTIFICATE�BASIC (NOV 2014) ����������������������� (Firm(s) eligible for award after evaluations will be required to complete the certificate content) 252.225-7001, BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM�BASIC (DEC 2016) 252.225-7002, QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS (DEC 2016) 252.225-7013, DUTY-FREE ENTRY (MAY 2016) 252.225-7048, Export-Controlled Items (Jun 2013) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013) (By reference, full text provided in bilateral award) 252.243-7001, Pricing of Contract Modifications (Dec 1991) 252.243-7002, Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items (Jun 2013) 252.211-7006 RADIO FREQUENCY IDENTIFICATION (SEP2011) DFARS L09 Reverse Auction (OCT 2016) The Contracting Officer may utilize reverse auctioning to conduct price discussions. If the Contracting Officer does not conduct a reverse auction, award may be made on initial offers or following discussions. If the Contracting Officer decides to use line reverse auctioning to conduct price negotiations, the Contracting Officer will notify Offerors of this decision and the following applies: (1) The contracting officer may use reverse auction as the pricing technique during discussions to receive the final offered prices from each offeror. (2) During each round of reverse auction, the system displays the lowest offer price(s) unless the auction instructions are different. All offerors and authorized auction users see the displayed lowest price(s). This disclosure is anonymous and a generic identifier displays for the offeror. Generic identifiers include designators such as �offer A� or �lowest-priced offeror.� By submitting a proposal in response to the solicitation, offerors agree to participate in the reverse auction and that their prices may be disclosed, including to other offerors, during the reverse auction. (3) An offeror�s final auction price at the close of the reverse auction is considered its final price proposal revision. No price revisions will be accepted after the close of the reverse auction, unless the contracting officer decides that further discussions are needed and final price proposal revisions are again requested in accordance with Federal Acquisition Regulation (FAR) 15.307, or the contracting officer determines that it would be in the best interest of the Government to re-open the auction. (4) The contracting officer identifies participants to the DLA commercial reverse auction service provider. To be eligible for award and participate, the offeror must agree with terms and conditions of the entire solicitation and the commercial reverse auction service. The reverse auction pricing tool system administrator sends auction information in an email. The reverse auction system designates offers as ""lead,"" meaning the current low price in that auction, or ""not lead,"" meaning not the current low price in that auction. In the event of a tie offer, the reverse auction provider's system designates the first offer of that price as ""lead"" and the second or subsequent offer of that price as ""not lead."" If a tie offer is submitted and no evaluation factors other than price were identified in the solicitation or a low-price technically acceptable source selection is being used, the ""Not Lead� offeror that submitted the tie offer must offer a changed price; otherwise its offer will be ineligible for award. If evaluation factors in addition to price were listed in the solicitation and a tradeoff source selection is being used, tie offers that are ""Not Lead"" will be considered and evaluated. (5) Offerors unable to enter pricing through the commercial reverse auction service provider�s system during a reverse auction must notify the contracting officer or designated representative immediately. The contracting officer may, at their sole discretion, extend or re-open the reverse auction if the reason for the offeror�s inability to enter pricing is determined to be without fault on the part of the offeror and outside the offeror�s control. (6) Training. The commercial reverse auction service provider or government representative conducts training for offerors. Offerors receive training through written material, the commercial reverse auction service provider�s website, or other means. Trainers name employees successfully completing the training as a �Trained Offeror.� Only trained offerors may engage in a reverse auction. The contracting officer reserves the right to remove the �trained offeror� title from anyone who fails to obey the solicitation or commercial reverse auction service provider terms and conditions. ***** INSTRUCTIONS TO OFFERORS: Submit quotes by email to matthew.wonch@dla.mil no later than August 6, 2020, at 2:00 P.M. Eastern Time. �Attention should be noted to FAR 52.212-1(f), concerning late submissions. �The offeror bears the risk of non- receipt of any email transmissions, and should ensure that all pages of the quote have been received by the designated office before the deadline indicated.� Email submissions by 5:00 pm one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration. Quotes are to include: � The bid schedule is attached and responding firms are required to complete and return the bid schedule for all line items, all periods.� 2)�� Complete listing of CLIN 0001 and 0002 specifications for each offered equipment item, fully demonstrating that each meets the required specifications. 3) Offerors shall provide the applicable CAGE code and DUNS number with their bid submission. The information located in FAR 52.212-3 (Offerors Representations and Certifications) must be current on SAM.gov at the time of quote submission. EVALUATION: Quotations will be evaluated on a Lowest-Priced Past-Performance-Acceptable basis.� Award will be made to firm that offers the lowest total cost to the Government for the entire requirement� after a pass/fail evaluation of the contractors� provided technical submittals.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3af6de3afeea4c38a47cf089b96d242c/view)
 
Place of Performance
Address: Battle Creek, MI, USA
Country: USA
 
Record
SN05712210-F 20200708/200706230149 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.