Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2018 FBO #6110
SOLICITATION NOTICE

81 -- Stretch Wrap Machines and Packaging Supplies

Notice Date
8/14/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333993 — Packaging Machinery Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-18-Q-0386
 
Response Due
8/23/2018
 
Archive Date
9/22/2018
 
Point of Contact
Point of Contact - Ryan Brown, Contract Specialist, 619-553-2642; David Roden, Contracting Officer, 619-553-2087
 
E-Mail Address
Contract Specialist
(ryan.m.brown6@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Competitive quotes are being requested under Request For Quote (RFQ) Number N66001- 18-Q-0386. The North American Industry Classification System (NAICS) code applicable to this acquisition is 333993, Packaging Machinery Manufacturing and the small business size standard is 500 employees. This procurement is issued as full and open competition. DESCRIPTION OF REQUIREMENTS The Government is seeking to acquire Stretch Wrap Machines, Boxes, and other Packaging supplies. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below at equal to or exceeding the required minimum characteristics. The Government will not consider quotes or offers for partial items or quantities. Anticipated contract line items are as follows: ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE 0001 Stretch Wrap Machines and Packaging Supplies 1 Lot To Include: all products listed in Enclosure 1 The expected delivery date is 30 Days after contract award. The Government is seeking Freight on Board (FOB) Destination pricing to the following shipping address: 4297 Pacific Hwy, Building 7 San Diego, CA 92110-5000 OFFEROR INSTRUCTIONS The Government will award a Firm Fixed Price contract resulting from this solicitation to the responsible offer whose quotation conforming to the solicitation represents the Lowest Price Technically Acceptable (LPTA) as defined in the 'EVALUATION FACTORS FOR AWARD' Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is "None" or "Not applicable," explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be unacceptable and ineligible for contract award. A complete quote includes a response and submission to each of the following: 1. General Information: Offeror Business Name, Address, Cage and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule. 2. Technical Acceptability Documentation: a. Technical Specifications: Contractor must provide product specifications that meet or exceed the minimum required characteristics identified in the "Descriptions of Requirement" and Enclosure 1. Offerors are encouraged to submit product manufacturer specifications, pictures, brochures, or and other pertinent technical information of the quoted items to facilitate the evaluation. Additionally, the offeror must complete the Buy American Certification provision at Defense Federal Acquisition Regulation Supplement (DFARS) 252.225-7000. The offer must address and meet the requirements/specifications as defined under Technical Acceptability in Factor I below. b. Sustainable Acquisitions Information and Certification: The contractor shall comply with all sustainable acquisition policies in an effort to minimize the Government's environmental impact and deliver community benefits through better selection and improved usage of products and services. In accordance FAR 23, sustainable acquisition policies apply to both contracts for supplies and services that require the delivery, use, or furnishing of products/services to the Government. Indicate if any the following sustainable acquisition categories apply to any products or services proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-ozone depleting substances, Less Toxic and/or Less GHGs. 3. Price Quote: Submit complete pricing for each individual item listed in the "DESCRIPTION OF REQUIREMENTS" Section above to include the manufacturer, part number, unit of issue, the extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB Destination shipping costs are included in the pricing. 4. Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. EVALUATION FACTORS FOR AWARD: Basis for Award: The Government intends to award a contract to the lowest priced, technically acceptable offeror, who is registered with Wide Area Work Flow (WAWF) and System for Award Management (SAM); however, the Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. An offer will be considered non-responsive if technical acceptability is not met. Technical Acceptability is defined in Factor I below. Factor I Technical Acceptability: The Government will evaluate the quote, provided material, and Buy American Act Certification to determine acceptability of the offer. Factor II Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm- fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes, shipping, and handling costs to the shipping address listed above as outlined in paragraph #3 above. Notice: Any offer rated "Unacceptable" under any one of the above factors may be determined to be ineligible for contract award. DUE DATE AND SUBMISSION INFORMATION Eligible Offerors: All offerors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have registered CAGE and DUNS Codes. Page Limitations: Ensure to stay within the page limitations as follows: Product specifications shall include only those used to demonstrate acceptability, excessive product literature beyond 10 pages' total will not be reviewed. Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text shall be formatted on an 8 by 11 inch page in 12 point Times New Roman font. Questions Due Date and Submission Requirements: All questions must be received before 21 August 2018 at 10:00am Pacific Time. Questions must be uploaded on the SPAWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/ N66001-18-Q-0386. Include RFQ# N66001-18-Q-0386 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on 23 August 2018 at 10:00am Pacific Time. Quotes must be uploaded on the SPAWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/ N66001-18-Q-0386. E-mail quotes or offers will not be accepted and late quotes will not be accepted. SPAWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. Government RFQ Point of Contract: The point of contact for this solicitation is Name of Ryan Brown at ryan.m.brown6@navy.mil. Include David Roden at david.roden@navy.mil on all correspondence. Reference RFQ# N66001-18-Q-0386 on all email exchanges regarding this acquisition. RFQ ATTACHMENTS 1. Enclosure 1 Packaging Supplies List APPLICABLE PROVISIONS AND CLAUSES This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-99 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20180629. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil or https://acquistion.gov/far/. The following FAR and DFARS provisions, incorporated by reference, apply to this acquisition: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017) 52.209-5 Certification Regarding Responsibility Matters 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.212-1 Instructions to OfferorsCommercial Items (CLASS DEVIATION 2018-O0013) 52.212-3 Offeror Representations and CertificationsCommercial Items--Alternate I 252.203-7005 Representation Relating to Compensation of Former DoD Officials 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 Payment Program Certificate - Basic FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition and includes the following clauses by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.222-19 Child LaborCooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons 52.223-21 Foams 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds TransferSystem for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim The following FAR and DFARS clauses, incorporated by reference, apply to this acquisition: 52.203-3 Gratuities (Apr 1984) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-4 Contract Terms and ConditionsCommercial Items 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product (April 1992) 252.211-7003 Item Identification & Valuation (March 2016) 252.211-7008 Use of Government-Assigned Serial Numbers 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 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 252.246-7008 Sources of Electronic Parts (Oct 2016) 252.247-7023 Transportation of Supplies by Sea (April 2014)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5463b88b67f1ac304ec863cb2d69ab76)
 
Place of Performance
Address: 4297 Pacific Hwy, Building 7 San Diego, CA
Zip Code: 92110-5000
 
Record
SN05035305-W 20180816/180814230933-5463b88b67f1ac304ec863cb2d69ab76 (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.