Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
SOLICITATION NOTICE

42 -- CBRN Kits

Notice Date
9/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
N40192 NAVFAC MARIANAS PSC 455, BOX 195 FPO AP 96540-2937 BLDG 101, RTE 1 MARINE DRIVE Santa Rita, GU,
 
ZIP Code
00000
 
Solicitation Number
N4019218Q7055
 
Response Due
9/19/2018
 
Archive Date
10/19/2018
 
Point of Contact
JoAnnelle Nededog-Flores 671-366-4945
 
Small Business Set-Aside
Total Small Business
 
Description
DEPARTMENT OF THE NAVY NAVAL FACILITIES ENGINEERING COMMAND MARIANAS PSC 455, BOX 195 FPO AP 96540 2937 DATE: 13 September 2018 I. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and the procedures of FAR 13 will be used in this particular acquisition, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are requested and a written solicitation will not be issued. II. This solicitation is issued as a Request for Quotation (RFQ), solicitation number N4019218Q7055. III. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-100, effective dated 22 August 2018. IV. This acquisition is set aside 100% for small businesses. The North American Industrial Classification System (NAICS) code is 339113 and the small business size standard is 750 employees. V. Potential vendors are to quote on the following Contract Line Item: The government intends to award a firm-fixed price contract for the following contract line item description, quantity and unit of issue: CLIN DESCRIPTION QTY UNIT OF ISSUE UNIT PRICE AMOUNT 0001 CHEMICAL, BIOLOGICAL, RADIOLOGICAL, NUCLEAR DEFENSE KITS: Each kit must include- IM2700 Storage Case 2-Tychem F Series Suit 2-Overboots 2-Gloves w/liner Gas Mask 2-Gas Canisters Drop-Leg Holster Roll Chem Tape Pair Binoculars Guidebook Safety Vest 32 Each Delivery will be direct to: PSC 488 Box 101 FPO AP 96537-1810 or Route 3 McLean Street Bldg. 111 Page 2 of 3 Dededo, Guam 96929 All requirements must be met as stated. VI. All material requirements must be met as stated in Attachment 1, SPECIFICATIONS. VII. FAR 52.212-1, Instructions to Offerors--Commercial Items (Jan 2017) applies to this acquisition. VIII. FAR 52.212-2, Evaluation--Commercial Items (Oct 2014), applies to this acquisition. 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: (1) Technical acceptability of the item offered to meet the Government requirement; (2) Price The lowest priced quote will be evaluated for technical acceptability. If the lowest priced quote is found technically acceptable, the award will be made without further consideration. If the lowest quote is deemed technically unacceptable, the next lowest quote will be evaluated for technical acceptability, and so on until an award can be made to the lowest priced technically acceptable quote. TECHNICAL CRITERIA RATINGS RATING DEFINITION Acceptable: The quote meets the minimum requirements of the solicitation. Unacceptable: The quote does not meet the minimum requirements of the solicitation IX. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 2017) is included in this solicitation. Offerors must include a completed copy of this provision with its offer. X. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017) and 52.212-4 Alternate I (Jan 2017) applies to this acquisition. No addenda to this clause. XI. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2018), applies to this acquisition. These additional FAR provisions and clauses cited within the clause at 52.212-5 are applicable to this acquisition: FAR 52.219-6 Alt I, Notice of Total Small Business Set-Aside (Nov 2011); FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies (Jan 2018); FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014); FAR 52.222-50, Combating Trafficking in Persons System for Award Management (Mar 2015); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Jul 2013); FAR 52.233-3, Protest after Award (Aug 1996); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); XII. Additional provisions and clauses that apply to this acquisition are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011); DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016); DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports (Jun 2012); Page 3 of 3 DFARS 252.232-7006, Wide Area Work Flow Payment Instructions (May 2013); DFARS 252.232-7010, Levies on Contract Payments (Dec 2006); XIII. All firms must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. Quote must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Quotes submitted by another firm on behalf of a SAM registered company with the intention of being award care of will not be accepted. All quotes must include registered DUNS, CAGE code, and Tax ID and small business status. XIV. Submit quote via email to JoAnnelle Nededog-Flores at joannelle.nededog-flores@us.af.mil. Submittal of multiple quotes will not be accepted. A Response to this RFQ must be received via e-mail no later than 9:00 A.M. (Local/Guam Time) on 19 September 2018. Oral quotes will not be accepted. Emailed quotes must be received at the stated addressee email inbox on time and the addressee must be able to open the email and all attachments. No other email receipt will be capable. The Government does not accept responsibility for non-receipt of quotes. It is the vendor s responsibility to request and receive confirmation of quote receipt. XV. Please send any questions to the email provided above or call (671-366-4945) for information regarding this solicitation no later than 4:00 P.M. 16 September 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62766/N4019218Q7055/listing.html)
 
Place of Performance
Address: PSC 488 Box 101 FPO AP 96537-1810
Zip Code: or
 
Record
SN05089078-W 20180915/180913231808-7b101eaef40baf3af06860d045cfde29 (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.