Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
SOLICITATION NOTICE

78 -- Sports Medicine Equipment - RFQ - Statement of Work - Equipment List

Notice Date
7/18/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423910 — Sporting and Recreational Goods and Supplies Merchant Wholesalers
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, MARSOC, Building H-1, Floor 1GS, Camp Lejeune, North Carolina, 28542, United States
 
ZIP Code
28542
 
Solicitation Number
H92257-18-Q-0130
 
Archive Date
8/17/2018
 
Point of Contact
Robert McDonald, Phone: 9104400775, Scott St Cere, Phone: 9104401697
 
E-Mail Address
robert.mcdonald@socom.mil, scott.st.cere@socom.mil
(robert.mcdonald@socom.mil, scott.st.cere@socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Equipment List Statement of Work RFQ This is a COMBINED SYNOPSIS/SOLICITATION for sports medicine equipment in support of the U.S. Marine Corps Forces, Special Operations Command (MARSOC). This announcement is prepared in accordance with the format in FAR Subpart 12.6, and Part 13 as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92257-18-Q-0130. All responsible sources may submit a quote which shall be considered by the agency. The Government intends to award one (1) contract as a result of this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-99 (effective 16 Jun 2018) and the DFARS Publication Notice (DPN) 2018029. The Product Service Code (PSC) for this requirement is 7810. The associated North American Industrial Classification System (NAICS) code for this requirement is 423910. TYPE OF CONTRACT. The Government intends to award a single Firm Fixed Price (FFP) type contract as a result of this solicitation. The Government reserves the right and may award based solely on information contained in the quote and is not obligated to seek completion or clarification of any or all of the evaluation factors if the original quote is unclear. The contract shall be awarded on an all or none basis, please do not submit partial quotes. All quotes submitted shall be the Contractor's Best Quote as it is the Government's intent to entertain one (1) final quote only; this includes any discounts on volume. Quoters must scrutinize this solicitation and ensure their quotes and submissions comply with all requirements. It is not sufficient to merely state your quote complies with the solicitation requirements. You must clearly identify how your quote meets ALL of the solicitation requirements. All questions concerning this procurement, either technical or contractual must be submitted in writing, via email, to the Contracting Office. The deadline for submittal of questions regarding this solicitation is 10:00 AM Eastern Standard Time (EST) on 24 July 2018. Answers will be provided via solicitation/RFQ amendment. No direct exchanges between the technical representative and a prospective Quoter will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email to the following point of contact: robert.mcdonald@socom.mil (910-440-0775) Quotes must be received no later than 10:00 A.M. Eastern Standard Time (EST) on 2 August 2018. Quotes received after this time frame shall not be considered for award. The prospective Quoter must be registered with the System for Award Management (SAM) website at http://www.sam.gov to be considered for award. The Quoter agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Quotes shall be emailed to: robert.mcdonald@socom.mil Quoters must provide the following information in their quote: DUNS #, CAGE CODE #, and TIN # For email quotes, the Government office designated for receipt of the quote is the email inbox of the addressee indicated above. Notwithstanding the provisions at FAR 52.212-1(c), delivery is not accomplished until the addressee can open the email; delivery to a server or an email inbox on a server is not considered delivery to the designated Government office and the quotation is not under the Government's control until the addressee can open the email. The email shall not be considered to be delivered unless the entire content of the email and all attachments can be read by the addressee indicated above. Receipt of an electronic acknowledgment from the addressee establishes that a record was received but does not establish that the content sent corresponds to the content received. Email attachments are limited to no more than 3MB. Vendors are specifically warned that email may be subjected to spam filters or attachment stripping. All transmissions must clearly state the solicitation number and the name of the contracting specialist on the first page to ensure proper receipt. Section B - Supplies or Services Sports Medicine Equipment See attached Statement of Work and Spreadsheet Section C - Descriptions and Specifications N/A Quote submission shall be in accordance with Attachment's #1, #2, and this document. Contractor shall provide separate pricing for each CLIN. Failure to submit all required information may result in your quote being deemed "Technically Unacceptable." INSPECTION AND ACCEPTANCE POINTS: Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government CLAUSES INCORPORATED BY REFERENCE FAR 52.202-1 Definitions Nov 2013 FAR 52.204-7 System for Award Management Jul 2013 FAR 52.204-13 System for Award Management Maintenance Jul 2013 FAR 52.212-1 Instructions to Offerors Commercial Items Apr 2014 FAR 52.212-4 Contract Terms and Conditions Commercial Items May 2015 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items May 2015 FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies Jan 2014 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-21 Prohibition of Segregated Facilities Apr 2015 FAR 52.222-26 Equal Opportunity Apr 2015 FAR 52.222-36 Affirmative Action for Workers with Disabilities Jun 2014 FAR 52.222-41 Service Contract Labor Standards May 2014 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires May 2014 FAR 52.222-50 Combating Trafficking in Persons Jul 2014 FAR 52.222-55 Minimum Wages Under Executive Order 13658 Dec 2014 FAR 52.225-13 Restrictions on Certain Foreign Purchases Mar 2015 FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management Jul 2013 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.249-8 Default (Fixed-Price Supply & Services) Apr 1984 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Nov 2013 DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights Sep 2013 DFARS 252.203-7005 DFARS 252.204-7000 DFARS 252.204-7003 DFARS 252.204-7004 DFARS 252.204-7012 Representation Relating to Compensation of Former DoD Officials Disclosure of Information Control of Government Personnel Work Product Alternate A, System for Award Management Safeguarding of Unclassified Controlled Tech Information Nov 2011 Aug 2013 Apr 1992 Feb 2014 Nov 2013 DFARS 252.209-7002 Disclosure of Ownership or Control by a foreign Government Jun 2010 DFARS 252.209-7998 DFARS 252.211-7003 Representation Regarding Conviction of a Felony Criminal Item Unique Identification and Valuation Mar 2012 Dec 2013 DFARS 252.225-7001 Buy American and Balance of Payments Program Nov 2014 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Dec 2012 DFARS 252.225-7012 Preference For Certain Domestic Commodities Feb 2013 DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Jun 2012 DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions May 2013 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.243-7001 Pricing of Contract Modifications Dec 1991 DFARS 252.243-7002 Requests for Equitable Adjustments Dec 2012 DFARS 252.245-7001 DFARS 252.247-7023 Tagging, Labeling, and Marking of Government-Furnished Property Transportation of Supplies by Sea Apr 2012 Apr 2014 CLAUSES INCORPORATED BY FULL TEXT Please note full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil, http://farsite.hill.af.mil/vfdfara.htm, http://farsite.hill.af.mil/vfussocoma.htm All FAR Representation and Certifications shall be submitted through System for Award Management (SAM) at https://www.sam.gov 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible Quoter whose quote conforming to the solicitation is the Lowest Priced Technically Acceptable; price and other factors considered. Quotes other than the lowest price will only be evaluated if the lowest priced quote is found technically unacceptable. The following factors shall be used to evaluate quotes; Technical, Past Performance and Price. (i) Technical - The Quoters approach to performing contract requirements and its capability to successfully perform the contract in accordance with Statement of Work. If offering items that are not brand name or equal to, please provide salient characteristics for each item. a. Personnel Qualifications - The experience, education, and qualifications of personnel proposed to work on the contract will be evaluated to determine their ability to perform their proposed duties in accordance with Statement of Work. b. Technical Capability - Adherence to Attachment #2 (SOW) (ii) Past Performance - Quoters shall provide name, title, and phone number of principal for no less than three (2) prior or current contracts/agreements for similar scoped projects performed during the previous three (3) years. (iii) Price - All line items will be reviewed for price reasonableness. *Note - Vendor must ensure this document is reviewed in its entirety. Failure to provide all required documents to included signed provisions, may determine your quote technically unacceptable. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. PROVISIONS INCORPORATED BY FULL TEXT ANY FEDERAL OR STATE LAW (DEVIATION 2012-O0007) (MAR 2012) (a) In accordance with section 514 of Division H of the Consolidated Appropriations Act, 2012, none of the funds made available by that Act may be used to enter into a contract with any corporation that was convicted of a felony criminal violation under any Federal or State law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The Quoter represents that it is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of provision) 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Quoter represents that- (1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/MARSOC/H92257-18-Q-0130/listing.html)
 
Place of Performance
Address: Camp Lejeune, North Carolina, 28546, United States
Zip Code: 28546
 
Record
SN04996912-W 20180720/180718230953-a1d40f3c02fcbab5da54110e82a34759 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.