Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2018 FBO #6111
SOLICITATION NOTICE

W -- Aqueous based parts washing machines at multiple locations in Florida - Combined Synopsis/Solicitation Text

Notice Date
8/15/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Florida, 189 Marine Street, St. Augustine, Florida, 32085-1008
 
ZIP Code
32085-1008
 
Solicitation Number
W911YN18Q0027
 
Archive Date
10/1/2018
 
Point of Contact
Brian Joseph Williams, Phone: 9048230567, Jeff Moore,
 
E-Mail Address
brian.j.williams9.mil@mail.mil, jeffrey.d.moore14.mil@mail.mil
(brian.j.williams9.mil@mail.mil, jeffrey.d.moore14.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined synopsis/solicitation text The below test is also included in the attachment for ease of reading. 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation (RFQ). This synopsis/solicitation is issued for commercial services in accordance with FAR Part 13-Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 effective July 16, 2018, and DPN 20180629 effective June 39, 2018. NAICS 532490 small business size standard is $32,500,000.00. This acquisition is unrestricted. Quotes are due August 23, 2018 at 4:00 pm Eastern. Quote pricing, literature, representations and any other documentation shall be uploaded to www.fbo.gov. PLEASE UTILIZE THE PACKAGE UPLOAD FEATURE IN ELECTRONIC SUBMISSION/RESPONSES TO SUBMIT RESPONSES. Oral, faxed, emailed, and mailed quotations will not be accepted unless in supplement to information uploaded to www.fbo.gov. Any questions shall be addressed in writing no later than August 20 at 11:00 am Eastern to Brian Williams, Contracting Officer, at email brian.j.williams9.mil@mail.mil. All questions and answers will be posted with the synopsis/solicitation at www.FBO.gov. Description of requirement: The Florida Army National Guard (FLARNG) requires a total of 14 aqueous based parts washing machines at the following locations throughout Florida. The intent is sustainability and elimination of the use of organic solvents and their environmental impact by using a water based solution, drastically reducing the amount of hazardous fluid disposal, and help the Florida National Guard achieve a much lower environmental footprint. The machines must meet the basic requirements as described herein and the contractor must provide for a turnkey solution to put machines into operation (hook up to power and air), maintain the machines in good working order with all necessary supplies, and dispose of any waste material in accordance with any applicable laws or regulations. The preference will be for a month to month arrangement, not a long term lease, however the Government anticipates requiring machines for a period of at least a year and anticipates an ongoing requirement. Interested companies are requested to provide pricing and customary commercial terms, and are encouraged to submit multiple solutions if available. Solutions may include rental of equipment vs purchase of equipment, so long as the solution includes maintenance of machines in good working order as described above. Solutions may also include different machines which meet the salient functions, features and performance characteristics, and optional features of machines submitted for consideration. The Government contemplates including an Option clause in a resulting contract in accordance with FAR 13.106-1(e). The Government can fund a solution for a period not to exceed one year. Contractors shall quote pricing for solutions for a period of one year and pricing for one year periods thereafter for a total of four years. Machine salient functions, features and performance characteristics: - Must be able to heat cleaning solution to a minimum of 110°F (43°C) for maximum cleaning power and have a direct nozzle high pressure spray with pinpoint accuracy. - Must be able to remove oil, grease and grime with minimal brushing from a high pressurized stream of Non-flammable water-based cleaner. Pressure equal to that of a pressure washer. - Must have completely enclosed cleaning operation to decreases exposure and provide protection from harmful chemicals, grease, oil or fumes. While capable of using high pressure hand held nozzle and foot operated switch to clean parts by hand inserted through protective gloves. - Must provide two handed operation through affixed chemical gloves with observation window for viewing work. - Must have compressed air nozzle of 90-150psi that can be connected to shop standard air supply from air compressor, used when enclosure is closed to blow dry any of the water-based cleaner off the parts. - Must have enclosure that can accommodate parts or equipment up to 26" wide, 18" long, and 21" tall, and weight of up to 110lbs. Locations and quantity: City Quantity Avon Park, FL 1 Bonifay, FL 2 Haines City, FL 2 Jacksonville, FL 1 Miami, FL 1 Sarasota, FL 1 Starke (Camp Blanding), FL 2 Tallahassee, FL 1 Tampa, FL 1 Tavares, FL 1 West Palm Beach, FL 1 Total 14 Evaluation and Award Award will be made on the basis of price in accordance with FAR 13.106-1. Award will be made to the responsible contractor (see FAR Part 9) whose quote represents the best value on an "all-or-none" basis (see FAR 13.101(b)(1). Formal evaluation plans and establishing a competitive range, conducting discussions, and scoring quotations or offers are not required. Contracting offices may conduct comparative evaluations of offers. Evaluation of other factors, such as past performance -- (i) Does not require the creation or existence of a formal data base; and (ii) May be based on one or more of the following: (A) The contracting officer's knowledge of and previous experience with the supply or service being acquired; (B) Customer surveys, and past performance questionnaire replies; (C) The Governmentwide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov; or (D) Any other reasonable basis. The contracting officer may- (i) After preliminary consideration of all quotations or offers, identify from all quotations or offers received one that is suitable to the user, such as the lowest priced brand name product, and quickly screen all lower priced quotations or offers based on readily discernible value indicators, such as past performance, warranty conditions, and maintenance availability. If purchasing equipment, the Contracting Officer shall consider data available in the statistical reporting module of the Supplier Performance Risk System (SPRS) regarding the supplier's past performance history for the Federal supply class (FSC) and product or service code (PSC) of the supplies being purchased. This solicitation incorporates by reference DFARS provision at 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. Contractors must quote all items and must be able to provide machines at all locations identified. The Government intends to evaluate quotes and make award without discussions (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial quote should contain the contractor's best terms from a price standpoint. Do not assume you will have the opportunity to clarify, discuss or revise your quote. Contractors may, at the discretion of the Government, be asked to provide more information and clarification regarding their quote. Request for such information does not constitute discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government intends evaluate quotations and make a single, Firm-Fixed Price award with Options (see FAR 13.106-1(e)). Evaluation of pricing will be inclusive of options. Evaluation will be in accordance with FAR 13.106-2. The Contracting Officer shall consider all quotations furnished in response to this RFQ. Prospective contractors must be registered at www.SAM.gov. Prospective contractors must meet basic responsibility in accordance with FAR 9.104-1. Quotations Any response to this synopsis/solicitation will be considered a "quotation". Any reference to "offer", "bid" or similar in this solicitation shall be taken to mean "quotation". Any reference to "offeror, "bidder" or similar in this solicitation shall be taken to mean a company submitting a "quotation". FAR 13.004 -- Legal Effect of Quotations. (a) A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. (b) When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing, as defined at 2.101. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. (c) If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. (See 13.302-4 for procedures on termination or cancellation of purchase orders.) Contract Line Item Numbers (CLINs): See FBO for Electronic Submission This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as is they were given in full text; 52.204-22 - Alternative Line Item Proposal FAR 52.209-02 Prohibition on Contracting with Inverted Domestic Corporations-Representation; FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items.Alt 1; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; FAR 52.203-18 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation. FAR 52.217-5 -- Evaluation of Options. DFARS 252.204-7008 (Dev) Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7011 Alternative Line Item Structure; DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. DFARS 252.225-7031 Secondary Arab Boycott of Israel; FAR 52.252-1 Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil). FAR 52.252.5 Authorized Deviations in Provisions (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Provision) DFARS 252.247-7022 Representation of Extent of Transportation by Sea. (a) The Offeror shall indicate by checking the appropriate blank in paragraph (b) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation. (b) Representation. The Offeror represents that it- _____ Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. _____ Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (c) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense FAR Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. (End of provision) This solicitation incorporates one or more solicitation clauses by reference, with the same force and effect as is they were given in full text; FAR 52.203-6 Alt I-- Restrictions on Subcontractor Sales to the Government. FAR 52.204-4 -- Printed or Copied Double-Sided on Postconsumer Fiber Content Paper. FAR 52.219-8 -- Utilization of Small Business Concerns. FAR 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act. FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 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, with the following applicable clauses in paragraph (b): FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10 Prohibition on contracting with Inverted Domestic Corporations; 52.219-30 - Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right to Know Information; FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts; FAR 32.232-39-Unenforceability of Unauthorized Obligations; FAR 52.232-40 -- Providing Accelerated Payment to Small Business Subcontractors; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation; DFARS 252.201-7000 Contracting Officer's Representative; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; FAR 52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors; DFARS 252.223-7008 Prohibition of Hexavalent Chromium; DFARS 252.225-7012 Preference for Certain Domestic Commodities. DFARS 252.225-7048 Export Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.243-7002 Requests for Equitable Adjustment. DFARS 252.244-7000 Subcontracts for Commercial Items; DFARS 252.247-7023 Transportation of Supplies by Sea DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.232-7006 Wide Area Workflow Payment Instructions; DFARS 252.247-7024 Notification of Transportation of Supplies by Sea FAR 52.252-6 Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. Note: The full text of a clause/provision may be accessed electronically at: http://farsite.hill.af.mil. Notice: Contractor performance may be evaluated in accordance with policy at FAR 42.1502. Note: Contractor will be required to utilize Wide Area Workflow (WAWF) for electronic submission of payment requests (https://wawf.eb.mil/) Submittal requirements: Contractors shall submit quotations and information required by the applicable provisions which outline the following: 1. Literature describing the machine proposed to be furnished meeting the requirements herein as well as information pertaining to maintaining the machines and disposing of waste. Pricing for a period of one year and subsequent years for a total of four years. 2. Response must also include completed representations and certifications in the provision 52.212-3 Alt. I. If the offeror has completed 52.212-3 Alt I in SAM.gov, include the appropriate certification for NAICS and size standard in this solicitation. By submitting a quote, the offeror makes the following representations: FAR 52.209-02 Prohibition on Contracting with Inverted Domestic Corporations-Representation; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 52.203-18 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation. (required if not included in 52.212-3 Alt I in SAM); DFARS 252.225-7031 Secondary Arab Boycott of Israel; In addition to the above Complete the following and submit with quotation: The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision. Ensure the version of provision in SAM included paragraphs (h) and (q) or include with quote. If not on SAM.gov, submit a completed copy. 52.212-3 Alt 1 (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAMwebsite. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (r) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] (q) Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. (1) As required by section 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that- (i) 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 and agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (ii) 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 an 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. (2) The Offeror represents that-- (i) 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; and (ii) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08/W911YN18Q0027/listing.html)
 
Place of Performance
Address: Multiple facilities within Florida, Florida, United States
 
Record
SN05038308-W 20180817/180815231147-ed4fa281147828d4a9672a3c8a08f3ce (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.