SOLICITATION NOTICE
42 -- IPS Cabinet - Solicitation
- Notice Date
- 6/17/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423420
— Office Equipment Merchant Wholesalers
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
- ZIP Code
- 22060-6220
- Solicitation Number
- SP4706-11-T-0037
- Archive Date
- 7/30/2011
- Point of Contact
- Beverly J Williams, Phone: 703-767-1192
- E-Mail Address
-
Beverly.J.Williams@dla.mil
(Beverly.J.Williams@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation SP4706-11-T-0037. Please note the solicitation response time is hereby extended to 15 July 2011 to allow competition. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and an additional written solicitation WILL NOT be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-49 and DFAR Change Notice 20091123. The solicitation number is [SP4706-11-T-0037] and is issued as a Request for Quotes (RFQ), unless otherwise indicated herein. Please note SP4706-11-T-0037 has been reopened to allow adequate time competition. The requirement is for IPS Cabinet which are equivalent to the K.L. Security Model 54-39-24 CLASS 5 IPS Cabinet or Hamilton Products Group Model 54-39-24. The IPS cabinets are to be shipped to Defense Logistics Agency, 1025 Quincy Avenue, Bldg 474 Computer Room 1st Floor, Pearl Harbor, HI 96860. The required delivery is 60 days after receipt of award. See the attached for additional information. The associated North American Industrial Classification System (NAICS) code for this procurement is [423420] with a small business size standard of 100 employees. This requirement is set-aside 100% for small businesses. Only qualified offerors registered in CCR and ORCA under this NAICS Code will be considered for this RFQ. Award will be based on the lowest price technical acceptable froma responsible and responsive contractor. 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: http://farsite.hill.af.mil and http://www.acq.osd.mil/dpap/dfars/index.htm. This requirement is FOB Destination. No exception to FOB Destination will be considered. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 (Jun 2008), Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I (Jun 2008), Offeror Representations and Certifications. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx. Commercial Items; 52.204-7 Central Contractor Registration (Apr 2008), 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2008), 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2008). The following clauses are applicable to this solicitation:, 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003), 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004), 52-247.34 F.O.B. Designation (Nov 1991), 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984),52.252-2 Clauses incorporated by reference (Feb 1998)and 52.252-6 Authorized Deviations in Clauses (Apr 1984). Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Offeror representations and certifications - Commercial Items (Jun 2005) Certification and Representation shall be submitted separately from the quote and 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Apr 2007) (DEVIATION), 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007), and 252.243-7001 Pricing of Contract Modifications (Dec 1991). 52.211-6 Brand Name or Equal (Aug 1999). This requirement is for a Brand Name "or Equal." An "or equal" product may be offered as an alternative, but the offeror must establish that the offered product is truly equal to that requested (e.g., by full comparison of product specification). Failure to provide such information may be grounds for rejection of quote without further review. No substitutions will be accepted without information and/or documentation. The evaluation of the "or equal" alternative item will be made by the technical team. If you are quoting an "equal" item you must provide name, model number, description, size, picture, and all other relevant information about the item. You must provide the same information that is currently in the attachment: "Brand Name Item Information." This information must be included as an attachment to your quote on the response date of this announcement. 52.212-2 -- Evaluation -- Commercial Items. (a) 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. The Government will use the lowest price technically acceptable source selection process. The following standards shall be used to evaluate offers: (i) Technical: Offers must meet or exceed the specifications in the solicitation and any subsequent amendments. (ii) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price. (iii) Delivery: Offerors must meet the required delivery date or be able to start period of performance on the required period of performance. (iv) Responsibility: Offerors must meet the standard for FAR 9.104. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) All quotes submitted shall be the Offeror's best price. The Government reserves the right to award the contract on initial quotes. In order to receive an award, offerors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov. Registration is free and can be completed on-line at http://www.ccr.gov/. Proposals will be due by Friday, July 15 at 10:00 a.m., Eastern Standard Time. RFQ must reference Solicitation number SP4706-11-T-0037. All responsible sources may submit a quote, which if timely received, shall be considered by the agency. Proposals submitted in response to this announcement shall be received via email and via mail. Email response to beverly.j.williams@dla.mil. Hardcopies of proposal must be received via mail at Defense Logistics Agency, 8725 John J. Kingman Road, Suite 1145, ATTN: Beverly J. Williams, Fort Belvoir, VA 22060. One original of the proposal must be received. One technical copy which excludes the company name must be received. The technical copy shall identify the item proposed SUBMISSION OF QUOTATIONS: Vendors will be required to submit the following information: 1. The Request for Quote Number (RFQ SP4706-11-T-0037); 2. Schedule of Items with Pricing (Complete Section B of the attached); 3. Contractor's Cage Code, DUNS Number and Taxpayer Identification Number; 4. specification and model numbers of the item(s) proposed and pictures, and 5. A complete copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items (March 2005) if it differs from the company's electronic annual representations and certifications at http://orca.bpn.gov. Offers received after the response date and time will not be considered. RFQs shall address the requirements of the Statement of Work (see attachment). Any quotes received which are not FOB Destination will be considered nonresponsive to the requirement. If you should have any questions concerning this request, please contact Beverly J. Williams via email only at beverly.j.williams@dla.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4706-11-T-0037/listing.html)
- Place of Performance
- Address: See attached document, United States
- Record
- SN02476033-W 20110619/110617234728-8beb9f7c7930578a074e87ffd7e01b7b (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 |