Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2020 SAM #6776
SOLICITATION NOTICE

47 -- Purchase of Drawn or Extruded Aluminum Round Tubes for the USDA NRCS Soil Survey Office

Notice Date
6/16/2020 1:48:38 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423510 — Metal Service Centers and Other Metal Merchant Wholesalers
 
Contracting Office
FPAC BUS CNTR-ACQ DIV WASHINGTON DC 20250 USA
 
ZIP Code
20250
 
Solicitation Number
12FPC120Q0033
 
Response Due
6/17/2020 7:00:00 AM
 
Archive Date
07/02/2020
 
Point of Contact
Danny Mandell, Phone: 2547429923
 
E-Mail Address
danny.mandell@usda.gov
(danny.mandell@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amended to correct a Questions and Answers (Q&A), refer to the attached Amendment 2 (SF 30), contractor is required to acknowledge this amendment and include with your quotation submission. The following CHANGES are made: 1. The requirement agency has requested for the tubes to not be seamless. 2. The DUE DATE for quote submission is changed to June 19, 2020, 9:00 am Central 3. The delivery performance is changed from 30 calendar days to 45 calendar days after award of contract. Amended to add Questions and Answers (Q&A), refer to the attached Amendment 1 (SF 30), contractor is requried to acknowledge this amendment and include with your quotation submission. Amended to add delivery performance date. Delivery is within 30 calendar days after award of contract. Amended to edit tube specifications and add a revised Price Schedule, dated 3.2020 (See Revised Attachment 1 Price Schedule).�Edited Specifications: Drawn or Extruded Aluminum Round Tube 24' long 3"" diameter (OD) .083 wall thickness, 6063-T52.� Combined Synopsis/Solicitation Notice Solicitation Number: 12FPC120Q0033. Response Date: June 17, 2020, (9:00 am Central Daylight Time) Point of Contact (POC) Danny Mandell, Contract Specialist, danny.mandell@usda.gov, Tel. (254) 742-9923.� This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number is 12FPC320Q0033. This solicitation is issued as a Request for Quotation (RFQ) IAW FAR Part 12.6. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-101 effective October 26, 2018. (iv) This acquisition will utilize full-and-open competition after exclusion of sources and set aside for Small Business (SB). For this acquisition, a firm will be considered small under NAICS 423510 Metal Service Centers and Other Metal Merchant Wholesalers with size standard of $200 MIL.�� SECTION (I) DESCRIPTION OF REQUIREMENT.� This procurement is for the USDA NRCS North Carolina Soil Survey Office which has a requirement for 900 each Drawn or Extruded Aluminum Round Tube 24' long, 3� diameter (OD), .083 wall thickness, 6063-T52�(refer to the Price Schedule) as described in the Price Schedule. Which will be delivered to the following USDA NRCS Soil Survey Offices (See attachment�2 (Numbers of Pipes to be delivered and addresses and Point of Contacts (POCs) of where these pipes will be delivered to)). SECTION (II) PRICE/COST SCHEDULE. The contract line item numbers and items, quantities and units of measure pertaining to this requirement are: CLIN 001 900 each Drawn or Extruded Aluminum Round Tube 24' long, 3� diameter (OD), .083 wall thickness, 6063-T52�UNIT$________TOTAL$_________ CLIN 002 Freight Charges UNIT$_________TOTAL$________ NOTE: INCLUDE ALL FREIGHT CHARGES OR STATE THAT FREGHT IS INCLUDED IN THE TOTAL AMOUNT OF YOUR QUOTATION. SECTION (III) DELIVERY AND PERFORMANCE. Acceptance of all items will be shipped to the following USDA NRCS Survey Offices (See Attachment 2 Shipping - Delivery Template). This acquisition is set-aside for Small Businesses, offerors socioeconomic status must be verified and visible in the System for Award Management (SAM), www.beta.SAM.gov at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are to contact the Contract Specialist (CS) prior to placement of any award made resulting from this RFQ. The offeror shall confine submissions enough to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including enough details, in a concise manner, to permit a complete and accurate evaluation of each quote. The offeror may submit specifications, cut sheets, or brochures confirming the products specification.� SECTION (IV) CLAUSES. The following clauses applies to this acquisition. 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2015) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Nov 2016).�� In addition, the following FAR clauses/provisions, either by reference or full text, apply (clauses may be obtained via the internet at http://farsite.hill.af.mil): 52.202-1 Definitions (Nov 2013) 52.203-5 Covenant Against Contingent Fees (May 2014) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) 15.203-6 Alternate I (Oct 1995) 52.203-7 Anti-Kickback Procedures (May 2014) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014) 52.204-19 Incorporation by Reference of Representations and Certifications (Jan 2011) 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) 52.204-26 Covered Telecommunications Equipment or Services-Representation (Dec 2019) 52.211-5 Materials Requirement (Aug 2000) 52.216-24 Limitation of Government Liability (Apr 1984) 52.216-25 Contract Definitization (Oct 2010) 52.216-25 Alternate I (Apr 1984) 52.222-17 Nondisplacement of Qualified Workers (May 2014) 52.222-50 Combating Trafficking in Persons (Jan 2019) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases. (Jun 2008) 52.225-25 Prohibitions on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran- Representation and Certification (Aug 2018) 52.232-1 Payments (Apr 1984) 52.232-39 Unenforceability of Unauthorized Obligations. (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (Dec 2013) 52.233-2 Service of Protest (Sep 2006) 52.233-3 Protest after Award. (Aug 1996) 52.233-3 Alternate I (Jun 1985) 52.233-4 Applicable Law for Breach of Contract Claim. (Oct 2004) 52.244-6 Subcontractors for Commercial Items 52.243-1 Changes-Fixed Price (Aug 1987) 52.243-1 Alternate I 52.243-1 Alternate II 52.243-3 Alternate III 52.243-3 Alternate IV 52.243-1 Alternate V 52.244-6 Subcontracts for Commercial Items � 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) (Apr 1984)� � 52.249-2 Termination for Convenience of the Government (Fixed Price) (Apr 2012) 52.249-8 Default (Fixed-Price Supply and Services). (Apr 1984) H.7 52.225-1 Buy American-Supplies (May 2014) 52.252-1, Solicitation Provisions Incorporated by Reference, Feb 1998. For purposes of this provision, the fill-in is completed as follows: http://farsite.hill.af.mil52.252-2, Clauses Incorporated by Reference, Feb 1998. Any additional contract requirement(s) or terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices will be addressed as necessary. � 4I-52.233-70 Protests to the Agency. (Mar 2016) (a) An agency protest filed with the contracting officer shall be sent to the contracting officer�s mailing address or email address listed in the solicitation.� The contractor should contact the contracting officer to verify the mailing or email address prior to delivering a protest. (b) The independent review of a contracting officer�s decision regarding a protest described at FAR 33.103(d)(4) is not available as an alternative to consideration of the protest by the contracting officer.� An independent review is available only as an appeal of the contracting officer�s decision on a protest.� An appeal must be filed within 10 calendar days of the protestor�s receipt of the contracting officer�s decision, otherwise the appeal will be deemed untimely and not considered.� The appeal must be directed to the Contracting Services Branch Chief, but sent to the contracting officer. (c) The protest must contain all of the elements required by FAR 33.103(d)(2).� Failure to substantially comply with any of the requirements of FAR 33.103(d)(2) may be grounds for dismissal of the protest. (End of provision) SECTION (V) QUOTE SUBMISSION INSTRUCTIONS. Addendum to 52.212-1, Modify (b): Submission of Offers to read as follows: Quotes shall be submitted on company letterhead, signed, dated and sent via email to Danny Mandell, Contract Specialist, email: danny.mandell@usda.gov, no later than June 17, 2020, (9:00 am Central Daylight Time (CDT). The offeror shall provide the NRCS with a Firm Fixed Price quote that is in accordance with this solicitation. Attachments: #1 Price Schedule and #2 Shipping-Delivery Addresses and POC Template. The offeror shall complete the Attachment 1 pricing schedule and include with your quotation submission. SECTION (VI) EVALUATION FACTORS FOR AWARD. �Basis of Award. The Government will evaluate quotes in response to this solicitation without discussions and will award a contract to the responsible quoter whose quote, conforming to the solicitation, will be most advantageous to the Government, considering only price. The Government may reject a quote if the prices quoted are materially unbalanced between line items or subline items. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly over or understated as indicated by the application of cost or price analysis techniques.� Unbalanced pricing may increase performance risk and could result in payment of unreasonably high prices.� A bid is materially unbalanced when it is based on prices significantly less than cost for some work and prices which are significantly overstated in relation to cost for other work, and if there is a reasonable doubt that the bid will result in the lowest overall cost to the Government even though it may be the low evaluated quote, or if it is so unbalanced as to be tantamount to allowing an advance payment.� Potential unbalanced pricing will be evaluated consistent with FAR 15.404-1(g). The Government may reject a quote if the prices quoted are unrealistically low.� Price/cost realism analysis is the process of independently reviewing and evaluating specific elements of each quoter�s proposed price to determine whether the estimated prices are realistic for the work to be performed; reflect a clear understanding of the requirements.� Quotes that are determined to be unrealistically low are considered a performance risk and may be rejected by the Government.� Price/cost realism analysis will be evaluated consistent with FAR 15.404-1(d).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8c917293d33f4785a98dcf3047691d4a/view)
 
Place of Performance
Address: NY, USA
Country: USA
 
Record
SN05692827-F 20200618/200616230207 (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.