Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 14, 2025 SAM #8570
SOLICITATION NOTICE

61 -- USBP Spokane Fuel Cell Power Systems & Filter Kits

Notice Date
5/12/2025 3:45:24 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
BORDER ENFORCEMENT CONTRACTING DIVISION WASHINGTON DC 20229 USA
 
ZIP Code
20229
 
Solicitation Number
20150774
 
Response Due
5/14/2025 11:00:00 AM
 
Archive Date
05/15/2025
 
Point of Contact
Benjamin Dorgan
 
E-Mail Address
benjamin.j.dorgan@cbp.dhs.gov
(benjamin.j.dorgan@cbp.dhs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT 1 to Notice ID 20150774 is issued for the following purposes: Provide answers to solicitation questions received by uploading a question and answer (Q&A) document titled �2.4.1_Sol_A1_QA_20150774�. Provide a revised SOW titled �2.4.1_Sol_A1_Att 1_SOW_20150774�; this version supersedes the previously provided version and adds the part number for the �Generation 4 (GEN4) mounting bracket� required as part of the CLIN 10 package. All other terms and conditions remain unchanged. _________________________________________________________________________________________________________ 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. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. The solicitation number is 20150774 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03. This requirement is being solicited as an open-market total small business set-aside. The associated NAICS code for this procurement is 334413 (Semiconductor and Related Device Manufacturing) with a small business size standard of 1,250 employees. The U.S. Customs and Border Protection (CBP), United States Border Patrol (USBP), Spokane Sector (SPW) has a requirement for five (5) solid oxide fuel cell power systems and five (5) filter kits BRAND-NAME ONLY to Edge Autonomy Energy Systems in accordance with the requirements of the attached Statement of Work (SOW) (solicitation Attachment 1). A. QUESTION DEADLINE: Please submit any questions concerning this solicitation at the earliest time possible to enable the Government to respond. Questions must be submitted directly by email only to benjamin.j.dorgan@cbp.dhs.gov. No phone calls. Questions not received by the question submission deadline of Friday, May 9, 2025 at 2:00 PM Eastern Time (ET) may not be considered. B. QUOTATION SUBMISSION INSTRUCTIONS: The deadline for receipt of quotations for this requirement is: Wednesday, May 14, 2025 at 2:00 PM ET. Quotation submissions must be submitted by email only to Contracting Officer Benjamin Dorgan at: benjamin.j.dorgan@cbp.dhs.gov. Subject line of the email should read: Quotation Submission: USBP Spokane Fuel Cell Power Systems & Filter Kits (RFQ 20150774). All pricing submitted must be valid for at least 30 calendar days after close of the solicitation. THE FOLLOWING ITEMS SHALL BE SUBMITTED WITH EACH QUOTATION: Quoters must provide their business name and System for Award Management (SAM) Unique Entity Identification (UEI) number. Quoters shall submit a firm-fixed-price quote. Pricing for all SOW items required shall be provided and details shall be included supporting the price for all required deliverables. Pricing shall include all applicable fees, surcharges, etc.; any charges/costs presented after contract award shall not be considered/acceptable. Quoters shall submit a typed summary that addresses the technical and management approach to meet the requirements listed in the Statement of Work. Relevant past performance information should also be submitted including three (3) references for the same or similar work performed for Federal, State, and local government and private clients. Each quoter must provide any relevant NON-PRICING responses (e.g. technical quotation, staffing plan, specifications, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. A quoter must submit sufficient information for a technical evaluation to be made by the Government to determine if the quoter's quotation meets the minimum requirements of the SOW. The Contracting Officer is not responsible for acquiring any additional information. If description/technical data/specifications are not sufficient to make a technical acceptance decision, the quotation may be determined technically unacceptable. C. AWARD CRITERIA: Quotations that do not respond to all requirements in the solicitation may be rejected without further evaluation, deliberation, or discussion. The Government reserves the right to award without discussions. The Government anticipates award of a Purchase Order resulting from this solicitation; award will be made to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government and whose quote is the Lowest Priced Technically Acceptable (LPTA). The quote with the lowest evaluated price will be evaluated for technical acceptability and acceptable past performance. Only if that quote is found to be technically unacceptable or to have unacceptable past performance will the evaluation proceed to the quote with the next lowest evaluated price. This process will continue until the lowest priced technically acceptable quote, with acceptable past performance, is found. For this solicitation, the evaluation factors are: TECHNICAL AND MANAGEMENT APPROACH (non-price), PAST PERFORMANCE (non-price), and PRICE. Please see solicitation Attachment 2 for all commercial item terms and conditions as well as the provisions and clauses that apply to this acquisition including but not limited to FAR 52.212-1, 52.212-2, 52.212-3, 52.212-4 and 52.212-5. NOTICE: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation, 52.222-25, Affirmative Action Compliance, and paragraphs (d) & (t) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. Additional examples include 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services, and 52.213-4, Terms and Conditions�Simplified Acquisitions (Other Than Commercial Products and Commercial Services). Components shall not consider or use these representations. Contracting officers will not consider the following representations when making award decisions or enforce requirements: Paragraph (d) and (t) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services; Paragraphs (b)(33), (b)(34), (e)(1)(ix), and (e)(1)(x) of 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services. Additionally, per this deviation, in paragraph (b)(46), E.O. 14057 does not apply; Paragraphs (e)(1)(ii)(I) and (e)(1)(ii)(J) of Alternate II of 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services; and Paragraphs (a)(1)(vii) and (a)(1)(viii) of 52.213-4, Terms and Conditions�Simplified Acquisitions (Other Than Commercial Products and Commercial Services). Additionally, per this deviation, in paragraph (b)(1)(xvii), E.O. 14057 does not apply. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. D. SOLICITATION ATTACHMENTS: Statement of Work (SOW) Applicable Contract Clauses and Solicitation Provisions Brand Name Only Determination
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/27cdd371024547dea13d56131d668e2e/view)
 
Place of Performance
Address: Spokane, WA, USA
Country: USA
 
Record
SN07439750-F 20250514/250512230050 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.