Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
MODIFICATION

61 -- MDG150DF4-STD Generac 150kVA, 116kW Diesel Generator. Quantity: Two (2), with an option for two (2) more

Notice Date
5/14/2020 7:02:25 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333611 — Turbine and Turbine Generator Set Units Manufacturing
 
Contracting Office
W6QK ACC-APG DIR ABER PROV GRD MD 21005-3013 USA
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-20-R-0009
 
Response Due
6/2/2020 11:00:00 AM
 
Archive Date
06/17/2020
 
Point of Contact
Lenard Wright, Jamison, Gregory
 
E-Mail Address
lenard.b.wright.civ@mail.mil, gregory.j.jamison.civ@mail.mil
(lenard.b.wright.civ@mail.mil, gregory.j.jamison.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
TWO TRAILER-MOUNTED DIESEL GENERATOR FROM THE� MANUFACTURER GENERAC. The US Army Combat Capabilities Development Command Chemical Biological Center ��(CCDC-CBC) ������������������������������������������������ Combined Synopsis/Solicitation ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-20-R-0009, PROPOSAL FROM (INSERT COMPANY NAME). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; and request for proposals are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99 (15 June 2018). The solicitation number for this request for proposal (RFP) is W91ZLK-20-R-0009. This solicitation is being issued as a Full and open competition under the associated North American Industry Classification System (NAICS) NAICS: 333611 Turbine and turbine generator set units manufacturing. The Government contemplates award of a Firm- Fixed Price type contract in accordance with FAR Part 13, Simplified Acquisition Procedures. This procurement will be evaluated as lowest price technically acceptable, for the procurement of the following supplies.� All offerors shall provide a price to perform the requirements of the attached Statement of Work (SOW). Currently, there is a need for two (2) trailer mounted Generac diesel generators, with a possibility for two (2) more, for US Army Combat Capabilities Development Command Chemical Biological Center (CCDC-CBC) - W91ZLK-20-R-0009. Price proposals shall include Firm Fixed Pricing for a Three Months (90 days) delivery after award, with an expected period of �performance 06/12/2020. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to provide the two (2) trailer mounted Generac diesel generators and required components, as defined in this Statement of Work, except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. TWO TRAILER MOUNTED GENERAC DIESEL GENERATORS Contractor shall provide two trailer mounted Generac diesel generators; and the items listed in the Statement of Work, the items shall be received 90 days after award or sooner. The delivery shall include installation and one year warranty.� INSTRUCTIONS AND INFORMATION TO OFFERORS: 52.212-1 Instruction to Offerors-- Commercial Items/Services This clause applies in its entirety and there are currently no addenda to the provision. The Price shall clearly identify the proposed firm-fixed price unit prices with all estimated totals for CLINs. Proposals shall be submitted in the CLIN structure please see attached Schedule of Services. The offeror shall include a point of contact name and contact information, company CAGE code, DUNS number, and TIN. Proposals shall be submitted in two (2) separate volumes: Volume I: Technical Proposal Volume II: Pricing Proposal The provision at FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition. FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition. Acceptability of proposals will be based on meeting all of the requirements of the Statement of� Work (SOW). Failure to address each requirement will result in the proposal being rated unacceptable. Contractors submitting unacceptable technical proposals will be notified upon completion of the government�s technical review process. The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposals. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. 52.212-3 Offeror Representations and Certifications -- Commercial Items. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Partial proposals will not be evaluated by the Government. The Government may reject any proposal that is evaluated to be unrealistic in terms of program requirements, contract terms or conditions, or an unrealistic high or low price when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program. Proposal Format: Detailed Technical Proposal not to exceed 10 pages Volume I; Technical Proposal; Volume II: Pricing Proposal. Volume Content Requirements: Executive Summary (Volume I): The Executive Summary shall include a brief summary of the offeror�s capability and approach to accomplish the requirements of this contract. Include a statement specifying agreement with all terms, conditions, and provisions included in the RFP or any exceptions. Any exceptions taken to the attachments, exhibits, enclosures, or other RFP terms, conditions, or documents must be fully explained, however, any such exceptions may be grounds for the Contracting Officer to reject the proposal from further consideration in the source selection process before initial evaluation. FACTOR 1: Technical Proposal (Volume I) The Technical Proposal shall contain information on the Technical Capabilities factor. The Government is not responsible for locating or securing any information which is not identified in the Proposal. Technical Capabilities Factor: As a minimum, Offerors shall address the following: Offerors shall provide a discussion to describe how they intend to perform the requirements of the SOW which demonstrates a complete understanding of the SOW requirements. In addition, offerors shall provide evidence that they can meet the minimum requirements of the SOW. FACTOR 2: Price Proposal (Volume II) Information requested below for inclusion in the Price Proposal is not intended to be restrictive or all-inclusive. Offeror�s cost/price proposals will be evaluated based on the applicable criteria in FAR 15.404-1 based on competition and other factors. The Price proposal shall list the items stated in the SOW with a total price and should be in their own format. The Government intends to make award to the Offeror whose proposal is technically acceptable with the lowest evaluated price (LPTA). The following provisions and clauses will be incorporated by reference, and the full text of the references may be accessed electronically at this address: http://acquisition.gov: FAR 52.252-1 - Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: http://acquisition.gov. 52.212-4 Contract Terms and Conditions Commercial Items This clause applies in its entirety and there are currently no addenda to the provision. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- �Commercial Items (Deviation 2013-O0019) (No 2017). 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).p 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017). 52.204-7, System for Award Management (Oct 2016). 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016). 52.215-1, Instructions to Offerors�Competitive Acquisition (Jan 2017). 52.216-31, Time-and-Materials/Labor-Hour Proposal Requirements�Commercial Item Acquisition (Feb 2007). 52.217-5, Evaluation of Options (Jul 1990). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (July 2013) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (July 2013) (31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41U.S.C. 351, et seq.). 52.222-43, Fair Labor Standards Act and Service Contract Act�Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-17, Non displacement of Qualified Workers (JAN 2013) (E.O.13495). Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause� 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. 52.222-17, Non displacement of Qualified Workers (JAN 2013) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). 52.222-54, Employment Eligibility Verification (JUL 2012). 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 52.217- 9 Option to Extend the Terms of the Contract (Nov 1999 52.217-8 -- Option to Extend Services. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor at least 30 days before the contract expires. SUBMISSION PROCEDURES: All questions regarding this solicitation must be submitted via e-mail to the Contracting Officer Gregory Jamison, gregory.j.jamison.civ@mail.mil, and the Contract Specialist Lenard Wright, lenard.b.wright.civ@mail.mil, no later than 2:00 p.m. Eastern Time, 21 May 2020. Responses to this solicitation must be signed, dated, and received no later than 1400 or 2:00 p.m. Eastern Time, 2 June, 2020. Responses must be sent by email directly to the Contracting Officer Gregory Jamison gregory.j.jamison.civ@mail.mil, and the Contract Specialist Lenard Wright lenard.b.wright.civ@mail.mil � Primary Point of Contact: Lenard Wright Contract Specialist lenard.b.wright.civ@mail.mil NO TELEPHONE INQUIRES WILL BE HONORED Quotations must be signed, dated, and received by date/time. EST via email to lenard.b.wright.civ@mail.mil NO TELEPHONE INQUIRES WILL BE HONORED ATTACHMENTS: Combine Synopsis/Solicitation. Schedule of Supply/ Services Site Visit SOW. consent of the Contracting Officer.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9f8f8ed2884c475ba41d66d6733c8f01/view)
 
Place of Performance
Address: Gunpowder, MD 21010-5424, USA
Zip Code: 21010-5424
Country: USA
 
Record
SN05657238-F 20200516/200514230152 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.