SOLICITATION NOTICE
J -- Procurement on a brand name basis of Lockmaster Lock Kits
- Notice Date
- 8/26/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423710
— Hardware Merchant Wholesalers
- Contracting Office
- N63285 Naval Criminal Investigative Service Russell Knox Bldg 27130 Telegraph Rd Quantico, VA
- ZIP Code
- 00000
- Solicitation Number
- N6328514R0062
- Response Due
- 9/2/2014
- Archive Date
- 9/5/2014
- Point of Contact
- Shannon M. Deristel 571-305-9952
- E-Mail Address
-
shannon.deristel@navy.mil
(shannon.deristel@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 using Acquisition Procedures under the NCIS Acquisition Program for commercial items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The solicitation number is N63285-14-R-0062 and is being issued as an RFQ. This solicitation document incorporates provisions and clauses in effect through FAC 2005-76 and DFARS Change Notice 20140805. 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 423710 and the Small Business Standard is 100 employees. This solicitation will result in a Firm Fixed Price contract Naval Criminal Investigative Service (NCIS) requests responses from qualified sources capable of providing CLINs 0001 through 0022. Contractor shall provide the items in accordance with the below delivery requirements: DESCRIPTION PART NO and QUANTITY Item NoQuantityUnit Description 00012EachMaster LKSM Auto Opening kit w/soft case 00024EachKeys-Marshal Keys-MAR3 00032EachUltimate Chop and Miter SawKGS80 000410EachCut-off wheel for KGS80 C0005 Chop Saw - KGS80WHL 00056EachAcrylic Mount for Pedestrian Door Locks TSPDLMOUNT 00064EachImpressioning Tool FRAMON-IMMS001 0007 4EachElectropick 2/plug-in charger-EPG1 00084EachRYTAN pick set 25PC-RMP 00091EachCLS 5 Hamilton Drawer Head No Lock Gray -H1011G 00103EachLKM Change Key Set LKM1120 00112EachLKM P.D.L Opening Tool-LKMPDLOT 00123EachTips for PDL Tool 10PK-PDLTIPS 00134EachIC Core Complete Service Kit A-1-ICKT 00146EachAcrylic Safe Lock Mount-TSSLMOUNT 00151EachNew Magnum Bolt Buster RIG-MAG65702 00163EachHole Saw Kit 1 Carbide/HSS w/ARBOR- LKM112KIT 001725EachBit Strong Arm x 6 TTC-SA1/4X6C 00185EachCutter DIAMATIP 6 Length-MAG1001DC 001925EachMrt 1/4X4 Carbide Drill BITSERRATED Tip- MRT 1/4x4C 00203EachKABA MAS x 10 Lock Pkg-KABAX 10 00214EachKABA X 10 PDL W/#3 Strike-KABACDX 10S3 00224EachLKM7000 w/X10 #3 STRIKE-LKM7000X10S3 00231LotShipping Delivery date is NLT The following FAR provision and clauses are applicable to this procurement: 52.202-1 Definitions 52.204-7 Central Contractor Registration 52.212-1 Instructions to Offerors Commercial Items 52.212-3 Alt I Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.212-7000 Offeror Representations and Certifications Commercial Items 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executed Orders Applicable to Defense Acquisitions of Commercial Items Including: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.205-7000 Provision of Information to Cooperative Agreement Holders 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises and Native Hawaiian Small Business Concerns 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.243-7002 Requests for Equitable Adjustment 252.232-7010 Levies on Contract Payments 252.247-7024 Notification of Transportation of Supplies by Sea CONTRACTOR RESPONSIBILITY: In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible vendors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor s current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor s compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor(s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. The Contracting officer reserves the right to request additional information if needed. INVOICING: Invoices shall be submitted upon final delivery and paid via Government Purchase Card. Interested vendors may send the quotation to the Naval Criminal Investigative Service (NCIS) in any of the following ways; (a) By e-mail to mary.schuck.ctr@navy.mil, or (b) By commercial courier (i.e. FEDEX or UPS) to the following address: Naval Criminal Investigative Service Attn: Mary Lee Schuck, Code 11B1, Russell Knox Building, 27130 Telegraph Road, Quantico, VA 22134-2253 The quotation shall consist of pricing information for each line item. I. Each vendor shall provide either one (1) original or one (1) copy in hard copy or an electronic version of the following: 1. Price Submission: Vendors shall complete price schedule (attached) as follows: (1) Total price for each CLIN as set forth in the attached Schedule (no substitutions or deletions) and provide supporting information with a price breakdown by CLIN/Subclin Structure. Price quotes shall be held firm for sixty (60) days after the closing of the solicitation. Vendors are also reminded that they must: (1) Complete and submit any applicable reps and certs as required by 52.212-3, Offeror Representations and Certifications- Commercial Items, and DFAR 252.212-7000. Vendors must also acknowledge in their submittal, if applicable, all amendments to this combined synopsis/solicitation. EVALUATION OF QUOTATIONS (a) The Government will award a contract resulting from this solicitation to the responsible vendor whose quotation conforming to the solicitation will be technically acceptable, lowest price and other factors considered. The following factors shall be used to evaluate quotes: Lowest Price Technically Acceptable offer. (b) A written order in response to the vendor s quotation will be e-mailed or otherwise furnished to the successful vendor. The Contracting Officer may ask the vendor to provide written acceptance of an order. In other circumstances the vendor may indicate acceptance by proceeding with the services ordered Quotations will be evaluated as follows: a) Technical capability Delivery b) Price The Government will evaluate quotes for award purposes by adding the total price of the requirement. In accordance with FAR 15.404-1(b), price proposals will be evaluated by the Government to ensure completeness, price reasonableness for the services being provided, considering the specific terms and conditions and relevant commercial practices. Completeness. The Government will evaluate the price proposal for completeness by assessing the responsiveness of the Offeror in providing requested pricing data for all RFP requirements and the tasks in the PWS. Reasonableness The Government will evaluate how well the Offeror s proposal supports pricing over the life of the contract. This announcement will close at 3:00 P.M. on 02 September 2014. Please direct questions to Shannon M. Deristel at shannon.deristel@navy.mil NLT 12:00 P.M 29 August 2014. Oral communications are not acceptable in response to this notice. Vendor(s) must be registered in the Central Contractor Registration (CCR) database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. (End of Combined Synopsis/Solicitation)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/76b8dbf551a8266a6cd51fddec1441a4)
- Place of Performance
- Address: Naval Criminal Investigative Service, Code11A3, Russell Knox Bldg., 27130 Telegraph Road, Quantico, VA
- Zip Code: 22134
- Zip Code: 22134
- Record
- SN03482234-W 20140828/140827000550-76b8dbf551a8266a6cd51fddec1441a4 (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 |