SOLICITATION NOTICE
23 -- Mobile Command Trailer
- Notice Date
- 6/2/2020 11:35:45 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336212
— Truck Trailer Manufacturing
- Contracting Office
- U.S. DEPT OF JUSTICE, USMS LANDOVER MD 20785 USA
- ZIP Code
- 20785
- Solicitation Number
- M-20-A34-R-000340
- Response Due
- 6/4/2020 12:00:00 PM
- Archive Date
- 06/19/2020
- Point of Contact
- Joseph Holt, Phone: 7037408040
- E-Mail Address
-
joseph.holt@usdoj.gov
(joseph.holt@usdoj.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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; proposals are being requested and a written solicitation will not be issued. The Combined Synopsis/Solicitation Number: M-20-A34-R-000340 This is a Request for Quotation (RFQ) for Mobile Command Trailer in Birmingham, AL. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2020-06 and Justice Acquisition Regulations Circular (JAC) 99-1. All work is to be performed in accordance with the Proposed Package, contract award guidelines, & contract clauses. This requirement is a 100% total set-aside for small business. The NAICS code for this requirement is 336212 with a small business size standard of 1000 Employees. Quotes will be evaluated in accordance with FAR Clause 52.212-2 (see attachment). Prospective vendors must be actively registered with the SAM.GOV system. The offeror is responsible to download any amendments and other documents from this website without further notice from the Contracting Officer. Contract Line items: Contract Line Item Description Quantity Unit Pricing Price 0001 Aluminum Mobile Command Center Trailer 1 Each The contractor shall provide all labor, equipment, materials, delivery and all other items necessary to provide the following item(s): Questions are due to the Contracting Officer by 1200 on 3 June 2020. All questions must be submitted by email. Quotes are due by 3:00 PM Eastern Standard Time Thursday, 4 June 2020. All qualified responsive/responsible offerors may submit a proposal which shall be considered by the agency if received timely. Performance Period: 90 Days after receipt of award. It is the firm�s or individuals� responsibility to be familiar with applicable provisions and clauses. The following Provisions and Clauses apply to this solicitation and are incorporated by reference: FAR 52.212-3 Offeror Representations and Certifications � Commercial Items FAR 52.212-4 Contract Terms and Conditions Offers FAR 52.212-5 Contract Terms and Conditions Require To Implement Statues or Executive Orders � Commercial Items The following Provisions and Clauses apply to this solicitation and are incorporated by full text: FAR 52.212-1 Instruction to Offers Instructions to Offerors-Commercial Items�(Mar 2020) (a)�North American Industry Classification System (NAICS) code and small business size standard.The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b)�Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the�SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show� (1)The solicitation number; (2)The time specified in the solicitation for receipt of offers; (3)The name, address, and telephone number of the offeror; (4)A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5)Terms of any express warranty; (6)Price and any discount terms; (7)�Remit to� address, if different than mailing address; (8)A completed copy of the representations and certifications at FAR�52.212-3�(see FAR�52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9)Acknowledgment of Solicitation Amendments; (10)Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11)If the offer is not submitted on the�SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c)�Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d)�Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender�s request and expense, unless they are destroyed during preaward testing. (e)�Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with�subpart� 4.10�of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f)Late submissions, modifications, revisions, and withdrawals of offers.� (1)Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. ���������(2)� (i)Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is �late� and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A)If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B)There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government�s control prior to the time set for receipt of offers; or ��������������������������������� (C)If this solicitation is a request for proposals, it was the only proposal received. (ii)However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3)Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4)If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5)Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g)�Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h)�Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. ������(i)Availability of requirements documents cited in the solicitation. �����������(1)� (i)The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- �GSA Federal Supply Service Specifications Section �Suite 8100 470 East L�Enfant Plaza, SW �Washington, DC 20407 �Telephone (202) 619-8925 �Facsimile (202)619-8978. (ii)If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2)Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: ����������������(i)ASSIST (�https://assist.dla.mil/online/start/). ����������������(ii)Quick Search (�http://quicksearch.dla.mil/). ����������������(iii)ASSISTdocs.com (http://assistdocs.com). (3)Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- ����������������(i)Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (ii)Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii)Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4)Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j)�Unique entity identifier.�(Applies to all offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation �Unique Entity Identifier� followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see�subpart� 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at�www.sam.gov�for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at�www.sam.gov�for establishing the unique entity identifier. (k)[Reserved] (l)�Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1)The agency�s evaluation of the significant weak or deficient factors in the debriefed offeror�s offer. (2)The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3)The overall ranking of all offerors, when any ranking was developed by the agency during source selection. �����������(4)A summary of the rationale for award; ��(5)For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6)Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of provision) FAR 52.212-2 Evaulation of Offers, Listed Factors: Price, Technical Acceptability Evaluation-Commercial Items�(Oct 2014) ������(a)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: 24� (+/-2�) Insulated Aluminum Trailer, at least 8� wide, at least 7� High (interior) with the ability to tow legally behind a Ford F-250 (or equivalent) Vehicle. Includes single restroom & sink with all required plumbing setups (40 gallon minimum for both fresh/black water) Proper A/C & heating with electrical capabilities to provide for 8 person mobile command center setup containing 8 computers & monitors Include proper countertop spaces to include space for Desktop Printer/Scanner that has a width of 24� (+/-3�), desired length is 9 linear feet Spare Tire mounted on exterior Exterior Awning capabilities of at least 21� (+/-2�) (electronic setup) Roof Vent 3 Windows included on 3 separate walls w/ shades, measurements 36�W x 24� H (+/- 10%) Standard trailer door entrance Ramp on rear door Include the following misc. items: Fire extinguisher, Smoke detector, CO Detector, Sofa fold up sleeper (7� +/-10%), & Microwave TV wall mount & Backer for interior (up to 50"" +/- 3�)(including TV) TV compartment for the exterior (up to 65�+/- 5�)(no TV required) TV Antenna with wiring to locations listed above Breaker Box � 50 Amp, 12V, with 60 Amp Converter & 12 V Fuse Panel Generator � Gas � 7.0 KW -- 120V/240V �����Technical and past performance, when combined, are�when combined, less important than price.� ������(b)�Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). ������(c)A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. USMS-0002 Release of Residual Funds (Greater Than $100) If funds greater than $100 remain on this contract after the final invoice, the Government will issue a bilateral modification to authorize release of those funds. The contractor�s signature on the modification will constitute understanding and agreement that all outstanding obligations incurred on this contract have been satisfied. The Government shall not be held liable for the payment of any further invoices submitted under this contract. The contractor will have up to 30 calendar days after issuance of the modification to sign and return it. Further, failure to sign and return the modification within the stated time period shall be considered acceptance of the government�s intent to deobligate the residual funds; and releases the Government from any future liability stemming from or related to this contract. (Applies to all contracts.) (End of clause) USMS-0001 Release of Residual Funds ($100 or Less) The contractor is advised when submitting the final invoice under this contract to submit an information copy of the invoice to the Contracting Officer. The invoice must be marked �Information Copy � Final Invoice.� If residual funds on the contract total $100 or less, the government will automatically deobligate the residual funds without further communication with the vendor. Upon receipt and payment of the final invoice, it is understood and agreed that all outstanding obligations incurred on the above referenced contract have been satisfied. Therefore, it is further understood and agreed that the government shall not be liable for the payment of any future invoices that may be submitted under the above referenced contract. (Applies to all contracts) (End of clause)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/71c76889ae4a4b68bf9a079521404e47/view)
- Place of Performance
- Address: Birmingham, AL 35242, USA
- Zip Code: 35242
- Country: USA
- Zip Code: 35242
- Record
- SN05677471-F 20200604/200602230209 (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 |