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

71 -- Metal Gear Lockers

Notice Date
7/6/2020 3:20:56 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
NAVFAC ENGINEERING COMMAND MARIANAS FPO AP 96540-2937 USA
 
ZIP Code
96540-2937
 
Solicitation Number
N4019220Q7115
 
Response Due
7/19/2020 11:00:00 PM
 
Archive Date
08/04/2020
 
Point of Contact
Sylvia Lizama, Phone: 6713664942, Patricia Ann Borja, Phone: 6713667110
 
E-Mail Address
sylvia.lizama@us.af.mil, patricia_ann.borja@us.af.mil
(sylvia.lizama@us.af.mil, patricia_ann.borja@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
DATE:� 06 JULY 2020 This is a combined synopsis/solicitation for commercial items. This is prepared in accordance with the format in FAR Subpart 12.6 and the procedures of FAR 13 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number N4019220Q7115.� The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR), Defense Federal Acquisition Regulations Supplement (DFARS) and Federal Acquisition Circular FAC 2019-05, effective date 13 AUG 2019. This acquisition is set aside 100% for small businesses. The North American Industrial Classification System (NAICS) code is 337215 and the small business size standard is 500 employees. Potential vendors are to quote on the following Contract Line Item: The government intends to award a firm-fixed price contract for the following contract line item description, quantity and unit of issue: CLIN 0001 ITEM # DESCRIPTION QTY UNIT AMOUNT 1 Lockers Lockers: Metal Size: 24� Wide, 24� Deep, 68�- 98�High Indented hand grip with tab for padlock Bottom drawer able to be secured with a padlock and opened without opening the door Vented side walls Bar for hanging hangers Top shelf with lockable cubby Color: Gun metal grey Fully assembled upon delivery 48 EA �$ Total $ All requirements must be met as stated in Attachment 1, Specifications. All �or Equal� items must include salient characteristics and/or catalog cuts. The requirements must be met as stated in Attachment 1, Specifications. Items shall be delivered to the shipping address stated in Attachment 1, Specifications, and FOB Destination. FAR 52.212-1, Instructions to Offerors�Commercial Items (Mar 2020), applies to this acquisition. FAR 52.212-2, Evaluation � Commercial Items (Oct 2014), applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer 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 offers: 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 fully satisfies all salient characteristics as stated in Attachment 1, Specifications Unacceptable:� The quote does not meet the all salient characteristics as stated in Attachment 1, Specifications FAR 52.212-3, Offeror Representation and Certifications�Commercial Items (Mar 2020) is included in this solicitation.� Offerors must include a copy of this provision with its offer. FAR 52.212-4, Contract Terms and Conditions�Commercial Items (Oct 2018) applies to this acquisition.� No addenda to this clause. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar 2020).� These additional FAR provisions and clauses cited within the clause at 52.212-5 are applicable to this acquisition: ����������������������������� FAR 52.219-6, Notice of Total Small Business Set-Aside (Mar 2020) ����������������������������� FAR 52.219-28, Post Award Small Business Program Rerepresentation (Mar 2020) ����������������������������� FAR 52.222-3, Convict Labor (Jun 2003) ����������������������������� FAR 52.222-19, Child Labor (Jan 2020) ����������������������������� FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) ����������������������������� FAR 52.222-26, Equal Opportunity (Sep 2016) ����������������������������� FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) ����������������������������� FAR 52.222-50, Combating Trafficking in Persons (Jan 2019) ����������������������������� FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving ����������������������������������� (Aug 2011) ����������������������������� FAR 52.224-3, Privacy Training (Jan 2017) ����������������������������� FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008) ����������������������������� FAR 52.232-33, Payment by Electronic Funds Transfer (Oct 2018) The following FAR and DFARS provisions and clauses are applicable to this acquisition: ����� ����������������������������� FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) ����������������������������� FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7006, Billing Instructions (Oct 2005) 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 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7048, Export-Controlled Items (Jun 2013) DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006, Wide Area Work Flow Payment Instructions (Dec 2018) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) DFARS 252.247-7023, Transportation of Supplies by Sea � Basic (Feb 2019) All offerors must be registered and active in the System for Award Management (SAM) database at�https://www.sam.gov/SAM/ and must also be registered under The North American Industrial Classification System (NAICS) code 337215 to be considered for award.�Quote 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. XV. ��� Quotes shall be submitted via email to Sylvia R. Lizama at sylvia.lizama@us.af.mil.����������� Submittal of multiple quotes will not be accepted. XVI.��� A response to this RFQ must be received via e-mail no later than 1:00 pm Chamorro Standard Time (ChST) on 20 JULY 2020.� Oral quotes will not be accepted. Emailed quotes must be received at the stated addressee email inbox on time and the addressee 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. ����� XVII.� Please send any questions to the email provided above or call 671-366-4942 for information regarding this solicitation no later than 2:00 pm ChST on 09 JULY 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fc25a4b0d74b44df9dd641f16f24d2e3/view)
 
Place of Performance
Address: GU 96930, USA
Zip Code: 96930
Country: USA
 
Record
SN05712502-F 20200708/200706230151 (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.