Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOLICITATION NOTICE

59 -- Headsets for DLA Disposition Services MHE Operators

Notice Date
2/27/2020 7:49:25 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
DLA DISPOSITION SERVICES - EBS BATTLE CREEK MI 49037-3092 USA
 
ZIP Code
49037-3092
 
Solicitation Number
SP451020Q1007
 
Response Due
3/13/2020 11:00:00 AM
 
Archive Date
03/28/2020
 
Point of Contact
Joe Bednar, Phone: 269-961-7546
 
E-Mail Address
joe.bednar@dla.mil
(joe.bednar@dla.mil)
 
Small Business Set-Aside
HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
 
Description
This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Subpart 12, as supplemented with additional information included in this notice. �This is for a single award without options. The required equipment is per the attached specifications, including its delivery timeframes.� This procurement is a 100% HUBZone Small Business Set-Aside set aside in accordance with FAR 19 with a North American Industry Classification System (NAICS) code of 334220, applicable threshold is 1,250 employees. The following clauses will be included into the award: FAR 52.212-4, Contract Terms and Conditions Commercial Item; Far 52.212-5, Contract Terms and Conditions required to implement statutes or Executive Orders Commercial items. Offeror must submit Representations and Certifications (FAR 52.212-3).� If an offeror has completed the annual representations and certificates electronically the offeror shall complete only paragraph (b) of this provision. Click on first fill in clause at web address and fill out form. Copies of the FAR/DFAR clauses can be found on the internet at http://farsite.hill.af.mil. Quotes are to be received no later than 2:00 p.m. Eastern Standard Time on the above specified date, via email only to the designated Contracting Officer. See Attachment 01 for the Bid Schedule and Specifications/Additional Terms.� All contractor performance shall be in a safe manner, and in compliance with all applicable Federal, state and local laws and regulations, and all installation policies.� Any/all required documentation and service related requirements including installation access are the responsibility of the contractor, with coordination as necessary with the site POCs or COR.� Deliveries must be performed during normal installation work hours which are available from the above POCs or COR, excluding Federal holidays. The provision at FAR 52.212-1 (Instructions to Offerors -- Commercial) applies to this procurement. The provision at FAR 52.212-2 (Evaluation -- Commercial Items) applies to this procurement (with evaluation consisting of award to the responsible contractor on the basis of the lowest evaluated price, including all options, meeting or exceeding the acceptability standards for non-cost factors (low price � technically acceptable).� The following non-cost factors will be used to evaluate offers: salient characteristics. C. �In accordance with FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items) the contractor shall ensure that the contractor has completed the annual representations and certifications on SAM.gov. D. �FAR 52.212-4 (Contract Terms and Conditions -- Commercial Items) applies to this procurement. E. �FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) applies to this procurement. 52.222-50, Combatting Trafficking in Persons (Jan 2019); 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); 52.204-10, Reporting Executive Compensation and First - Tier Subcontract Awards (Oct 2018); 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Dec 2019) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015); 52.209-10, Reporting Executive Compensation and First Tier Subcontract Awards (Nov 2015); 52.219- 6, Notice of HUBZone Set-Aside or Sole Source Award (Nov 2011); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2018); 52.222-21, Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Sep 2016); 52.222-35, Equal Opportunity for Veterans (Oct 2015); 52.222-36, Affirmative Action for Handicapped Workers (Jul 2014); 52.222-37, Employment Reports on Veterans (Feb 2016); 52.223-18, Encouraging Contractor Policy to Ban Text Messages While Driving (Aug 2011); 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration (Oct 2018); The following additional FAR clauses apply to this procurement: 52.203-3, Gratuities (Apr 1984) 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-19 � Incorporation by Reference of Representations and Certifications 52.232-17, Interest (Oct 2010) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.233-3 -- Protest After Award 52.233-4 -- Applicable Law for Breach of Contract Claim 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.242-13, Bankruptcy (Jul 1995) 52.247-34, FOB Destination The following DFARS clauses apply to this procurement: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012 �Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 52.204-9000 ���Contractor Personnel Security Requirements (Aug 2014) (DLAD Clause) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) 252.211-7003, Item Unique Identification and Valuation 252.216-7006, Ordering (fill-in is through each 12-month period, subject to option exercise(s)) 252.225-7000, BUY AMERICAN�BALANCE OF PAYMENTS PROGRAM CERTIFICATE�BASIC (NOV 2014) ����������������������� (Firm(s) eligible for award after evaluations will be required to complete the certificate content) 252.225-7001, BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM�BASIC (DEC 2016) 252.225-7002, QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS (DEC 2016) 252.225-7013, DUTY-FREE ENTRY (MAY 2016) 252.225-7048, Export-Controlled Items (Jun 2013) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013) (By reference, full text provided in bilateral award) 252.243-7001, Pricing of Contract Modifications (Dec 1991) 252.243-7002, Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items (Jun 2013) INSTRUCTIONS TO OFFERORS: Submit quotes by email to joe.bednar@dla.mil no later than March 13, 2020, at 2:00 P.M. Eastern Time. �Attention should be noted to FAR 52.212-1(f), concerning late submissions. �The offeror bears the risk of non- receipt of any email transmissions, and should ensure that all pages of the quote have been received by the designated office before the deadline indicated.� Email submissions by 5:00 pm one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration. Quotes are to include: � The bid schedule is attached and responding firms are required to complete and return the bid schedule for all line items.� 2)�� Complete listing of CLIN 0001 and 0002 specifications for each offered equipment item, fully demonstrating that each meets the required specifications. 3) Offerors shall provide the applicable CAGE code and DUNS number with their bid submission. The information located in FAR 52.212-3 (Offerors Representations and Certifications) must be current on SAM.gov at the time of quote submission. Any solicitation questions shall be submitted no later than March 6, 2020 at 2:00 PM Eastern Time. �In the event questions are received, a solicitation amendment will be posted to distribute the answers prior to the closing date of the solicitation.� The Government is not responsible for answering questions received after this deadline. EVALUATION: Quotations will be evaluated on a Lowest-Priced Past-Performance-Acceptable basis.� Award will be made to firm that offers the lowest total cost to the Government for the entire requirement�after a pass/fail evaluation of the contractors� provided technical submittals meeting or exceeding salient characteristics.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0fcedfc7e366498bbb75cbb55b3c9f3e/view)
 
Place of Performance
Address: Battle Creek, MI 49014, USA
Zip Code: 49014
Country: USA
 
Record
SN05574674-F 20200229/200227230142 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.