Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2018 FBO #6102
SOLICITATION NOTICE

54 -- Ballistic Protection Panels - Specifications and Locations

Notice Date
8/6/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Mississippi, 144 Military Drive, JACKSON, Mississippi, 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q18R0041
 
Point of Contact
David A. Oglesby, Phone: 6013131636
 
E-Mail Address
david.a.oglesby.civ@mail.mil
(david.a.oglesby.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Delivery locations for Ballistic Panels Specifications for Ballistic Panels This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes with Open Market Pricing are being requested and a written solicitation will not be issued. This solicitation number W9127Q-18-R-0041 is issued as a Request for Proposals. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-99 effective 16 July 2018 and the Defense FAR Supplement (DFARS) Publication Notice 20180629 dated 29 June 2018. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This solicitation is set aside 100% for Small Business. The North American Industrial Classification System (NAICS) Code is 332999 with a Small Business Size Standard of 750 employees. The Government intends to make an award to the responsible offer whose quote represents the best value to the Government using the trade-off process. Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) with a total amount as follows: CLIN 0001: 3' x 6' Ballistic Panels - Portable, 282 Each MUST MEET OR EXCEED THE ATTACHED SPECIFICATIONS. DELIVERY: 90 days ARO, FOB Destination SHIP TO ADDRESS: Mississippi Army National Guard facilities throughout the state per the attached spreadsheet. SUBMISSION REQUIREMENTS: • Vendors must submit company information with their quote to include: Point of Contact (POC), POC phone number, POC email address, company CAGE Code, company DUNS number, and company Tax Identification number. • Vendors must submit the Representations and Certifications with their quote only if they differ from, or have not been completed within, their System for Award Management (SAM) profile. • Vendors must have an active registration in System for Award Management (SAM) to be eligible for contract award. Include all applicable fees, including delivery (prepay & add is not acceptable); warranty information; setup and training; and estimated delivery time, if different than requested. OPEN MARKET PRICING IS REQUESTED. BASIS OF AWARD: Basis for award is best value to the Government using the subjective tradeoff source selection process. Evaluation factors to be considered include: technical, past performance, and price. Technical and past performance, when combined, are approximately equal to price. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the proposal. Offerors shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characteristics, and clearly documents that the offered product meets salient characteristics stated above and meets the needs of the Government. Past Performance: Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor's history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the offerors recent and relevant procurement history with the Department of Defense. Offerors must provide a list of at least three (3) references to whom the same or similar equipment has been provided. The Contractor must include the references name, contact person, and contact information in the quotation. A purchase order will be awarded to the responsible offeror whose proposal conforms to the solicitation and is considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items. To ensure timely and equitable evaluation of proposals, offerors must comply with instructions contained herein. Proposals must be complete, self-sufficient, and respond directly to the requirements of this RFP. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at https://www.acquisition.gov/. Proposals must be for items stated, partial offers will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor. This announcement is the solicitation which will result in a firm fixed price contract. Proposals are due no later than 2:00 P.M. Central Time, 5 September 2018, to USPFO-MS, Attn: David Oglesby, Purchasing & Contracting, 144 Military Drive, Flowood, MS 39232-8861. Proposals may be emailed to david.a.oglesby.civ@mail.mil. Questions regarding this requirement must be submitted in writing and NLT two days prior (3 September 2018) to date of RFP closing. Questions may be addressed to Mr. David Oglesby at david.a.oglesby.civ@mail.mil. SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register online, visit https://www.sam.gov. The following FAR provisions and clauses apply: FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems FAR 52.212-1, Instructions to Offerors-Commercial Items (DEVIATION 2018-O0013) FAR 52.212-2, Evaluation-Commercial Items 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 following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement; (ii) Past Performance; and (iii) Price Technical and past performance, when combined, are approximately equal to price. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items--Alternate I FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (DEVIATION 2013-O0019) The following DFARS provisions and clauses apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.203-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003, Item Unique Identification and Valuation 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.225-7000, Buy American--Balance of Payments Program Certificate--Basic 252.225-7001, Buy American and Balance of Payments Program--Basic 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area WorkFlow Payment Instructions 252.232-7010, Levies on Contract Payments 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea-Basic Full text of these provisions may be accessed on-line at https://www.acquisition.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q18R0041/listing.html)
 
Place of Performance
Address: 144 Military Drive, Flowood, Mississippi, 39232, United States
Zip Code: 39232
 
Record
SN05022443-W 20180808/180806231134-108d74b5c3976f734eb0a4fcd818bbf8 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.