Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 24, 2020 SAM #6782
SOLICITATION NOTICE

W -- Lease, Maintenance, and Remote Monitoring of Securable Climate-Controlled Containers (CCCs) for the Storage of Medical Countermeasures

Notice Date
6/22/2020 12:02:37 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423740 — Refrigeration Equipment and Supplies Merchant Wholesalers
 
Contracting Office
MISSION SUPPORT DALLAS
 
ZIP Code
00000
 
Solicitation Number
70CMSD20Q00000014
 
Response Due
7/9/2020 11:00:00 AM
 
Archive Date
07/24/2020
 
Point of Contact
Christopher L. Jackson, Phone: 2149055448
 
E-Mail Address
Christopher.L.Jackson@dhs.gov
(Christopher.L.Jackson@dhs.gov)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitation is issued as a Request for Quotations, 70CMSD20Q00000014.� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06. �The NAICS Code is 423740 and the small business size standard is 100 employees. No small business set-aside. The Offer Schedule (contract line item number(s), items, quantities, and units of measure) are listed.� New equipment only.� No remanufactured, refurbished or gray market items.� All items must be covered by manufacturer�s warranty. Base Year: PoP 08/01/2020 � 07/31/2021 CLIN 0001 Lease, Maintenance and Remote Monitoring� Quantity: 12 Unit of Issue: MO���� Unit Price:$_______ Total Price:$________ PoP: �30 Days After Receipt of Order (ARO) CLIN 0002 Removal of existing Climate Control Containers Quantity: 8 Unit of Issue: DO� Total Price: $________ Option Year 1:� PoP� 08/01/2021 � 07/31/2022 CLIN 1001 Lease, Maintenance and Remote Monitoring Quantity: 12 Unit of Issue: MO���� Unit Price:$_______ Total Price:$________ Option Year 2: PoP 08/01/2022 � 07/31/2023 CLIN 2001 Lease, Maintenance and Remote Monitoring Quantity: 12 Unit of Issue: MO���� Unit Price:$_______ Total Price:$________ Option Year 3: PoP 08/01/2023 � 07/31/2024 CLIN 3001 Lease, Maintenance and Remote Monitoring Quantity: 12 Unit of Issue: MO���� Unit Price:$_______ Total Price:$________ Option Year 4: PoP 08/01/2024 � 07/31/2025 CLIN 4001 Lease, Maintenance and Remote Monitoring Quantity: 12 Unit of Issue: MO���� Unit Price:$_______ Total Price:$________ Option under FAR 52.217-8 Option to Extend Services: PoP 08/01/2025 � 01/31/2026 CLIN 5001 Lease, Maintenance and Remote Monitoring Quantity: 6 Unit of Issue: MO������ Unit Price:$_______ Total Price:$________ Note: THERE IS NO CURRENT INCUMBENT CONTRACTOR. See Attachment A: Statement of Work for a description of the requirement. The provision at FAR 52.212-1 Instructions to Offerors Commercial Items, is applicable. This provision is further addended to incorporate FAR 52.252-1 Solicitation Provisions Incorporated by Reference (www.acquisition.gov/far) as is FAR 52.216-1 Type of Contract (Firm fixed-price). The provision at FAR 52.212-2 Evaluation Commercial Items is applicable. Evaluation Technical Capability and Price are the evaluation criteria in Paragraph (a). Basis for Award: An award will be made to a responsive quoter (who submits all required submissions on time) who is the Lowest Price, Technically Acceptable (LPTA) quote.� The lowest price quote will be evaluated for technical acceptability, and if deemed technically acceptable, evaluations will cease, and an award will be made. If the lowest price quote is deemed technically unacceptable, the next lowest price quote will be evaluated for technically acceptability, until a technically acceptable quote is determined, then evaluations will cease, and award will be made.�� To determine technical acceptability, the quoters must meet and/or exceed all specifications and comply with all requirements as stated in the Attachment A: SOW and must filled out Attachment B: Meet and/or Exceed Specifications/Criteria for evaluation that demonstrates how their proposed product and compliance with SOW requirements meet and/or exceed all criteria listed and product literature to support their proposal. If a quoter fails to provide Attachment B: Meet and/or Exceed Specification/Criteria or if it�s incomplete and/or inaccurate and fails to demonstrate how it meets and/or exceeds SOW specifications/criteria, the quote will be rated technically unacceptable and not eligible for award.� A quoter shall complete only paragraph (b) of the provision at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items if the quoter has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov.��If the Quoter has not completed the annual representations and certifications electronically, the Quoter shall complete only paragraphs (c) through (v) of this provision.� Quoters must also submit a completed offer schedule, Attachment B � Meet and/or Exceed Specifications, Complete product literature for the proposed refrigeration equipment, remote monitoring system and any proposed modifications, acknowledgment of all amendments issued and acknowledgement of all solicitation requirements, unless an exception is made and documented in your offer.� The following clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.252-2 Clauses Incorporated by Reference (www.acquisition.gov/far); FAR 52.217-5 Evaluation of Options; FAR 52.217-8 Option to Extend Services (15 calendar days); FAR 52.217-9 Option to Extend the Term of The Contract (paragraph (a) 5 calendar days, 30 calendar days, paragraph (c) five (5) years). FAR 52.244-6 Subcontracts for Commercial Items (Aug 2019) (Deviation Apr 2020).� FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items (MAR 2020) (Deviation Apr 2020), applies to this acquisition and the following additional FAR clauses cited within the clause also apply: FAR 52.203-6 I Restrictions on Subcontractor Sales to the Government Alternate I; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 Protecting the Government�s Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-8 Utilization of Small Business Concerns; FAR 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50, Combating Trafficking in Persons; 52.222-54 Employment Eligibility Verification; FAR 52.223-12 Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; � FAR 52.222-41 Service Contract Labor Standards. RFQ Questions are due no later than 1:00 p.m. CDT., June 29, 2020.� Final Offers are due no later than 1:00 p.m. CDT., July 9, 2020.� �All responsible concerns may submit an offer which will be considered by the agency. Submit RFQ questions and offers by email to Christopher.L.Jackson@ice.dhs.gov. Please use the subject line: RFQ 70CMSD20Q00000014.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d1a6bfdd65bf414ab85df7793cc174d8/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05698661-F 20200624/200623042656 (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.