Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2019 FBO #6440
SOLICITATION NOTICE

23 -- HYDRAULIC TRAILER

Notice Date
7/10/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
336214 — Travel Trailer and Camper 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
96540
 
Solicitation Number
N4019219Q7218
 
Response Due
7/22/2019
 
Archive Date
8/6/2019
 
Point of Contact
ANGELICA HIBBERT 6713661709
 
Small Business Set-Aside
Total Small Business
 
Description
DATE: 11 July 2019 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 N4019219Q7218. III. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-03, effective dated 12 July 2019. IV. This acquisition is set aside 100% for small businesses. The North American Industrial Classification System (NAICS) code is 336214 and the small business size standard is 1,000 employees. V. Potential vendors are to quote on the following Contract Line Items: CLIN DESCRIPTION QTY UNIT OF ISSUE AMOUNT 0001 24 ™ Hydraulic Drop Deck Utility Trailer 1 Each 0002 Shipping to Guam 1 Each VI. The requirements must be met as stated in Attachment 1, SPECIFICATIONS. VII. Items shall be delivered to the shipping address stated in Attachment 1, SPECIFICATIONS, and FOB Destination. VIII. FAR 52.212-1, Instructions to Offerors ”Commercial Items (Oct 2018), applies to this acquisition. IX. 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. Award will be made on an all or none basis. 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 X. FAR 52.212-3, Offeror Representation and Certifications ”Commercial Items (Oct 2018) is included in this solicitation. Offerors must include a copy of this provision with its offer. XI. FAR 52.212-4, Contract Terms and Conditions ”Commercial Items (Oct 2018) applies to this acquisition. No addenda to this clause. XII. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2019). These additional FAR provisions and clauses cited within the clause at 52.212-5 are applicable to this acquisition: FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) FAR 52.222-3, Convict Labor (Jun 2003) FAR 52.222-19, Child Labor (Oct 2016) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.224-3, Privacy Training (Jan 2017) FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer (Oct 2018) XIII. The following FAR and DFARS provisions and clauses are applicable to this acquisition: FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7006, Billing Instructions (Oct 2005) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7048, Export-Controlled Items (Jun 2013) DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006, Wide Area Work Flow Payment Instructions (Dec 2018) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) DFARS 252.247-7023, Transportation of Supplies by Sea “ Basic (Feb 2019) XIV. All firms must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/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 ścare of ť will not be accepted. All quotes must include registered DUNS, CAGE code, and Tax ID and small business status. XV. Submit quote via email to Angelica Hibbert at angelica.hibbert@us.af.mil. Submittal of multiple quotes will not be accepted. XVI. A response to this RFQ must be received via e-mail no later than 9:00 am Chamorro Standard Time (ChST) on 22 July 2019. 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 acceptable. 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. XVII. Please send any questions to the email provided above or call 671-366-1709 for information regarding this solicitation no later than 9:00 am ChST on 18 July 2019. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N62766/N4019219Q7218/listing.html)
 
Record
SN05365681-F 20190712/190710230054 (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.