SOLICITATION NOTICE
99 -- Sanitization and Toiletry Supplies Blanket Purchase Agreement (BPA)
- Notice Date
- 6/24/2020 5:20:51 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- CORPORATION FOR NTL COMM SERVICE WASHINGTON DC 20525 USA
- ZIP Code
- 20525
- Solicitation Number
- 95332A20Q0032
- Response Due
- 6/26/2020 7:00:00 AM
- Archive Date
- 07/11/2020
- Point of Contact
- Stacey Polk, Fax: spolk@cns.gov
- E-Mail Address
-
spolk@cns.gov
(spolk@cns.gov)
- Description
- Amendment #3 - Change the proposal due date from 10am June 24, 2020� (original date provided under General Information) to� 10am June 26, 2020 (date provided in the body of the solicitation). Amendment #2 - Replace Pricing Sheet to include pricing for 5 years. Amendment #1 - The purpose of amendment #1 is to post Questions and Responses. Solicitation for Sanitization and Toiletry Supplies Blanket Purchase Agreement (BPA) 1. The Solicitation number is 95332A20Q0032 and is being issued as a Request for Quotes (RFQ).� 2. CNCS intends to award a firm fixed price multiple award BPA for sanitization and toiletry supplies for the CNCS Programs. 3. CNCS reserves the right not to make any awards as a result of this solicitation. Award of a BPA does not guarantee that the contractor will receive orders. 4. This is an unrestricted full and open competition but small business in encouraged to submit offers. 5. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines.� Registration information can be found at www.sam.gov.� Registration must be �ACTIVE� at the time of award. 6. The Specifications Document is provided as an attachment to this solicitation. 7. Pricing shall be provided on the attached Pricing Sheet. Discounts, where applicable, shall be listed on the Pricing Sheet. Quantity break discounts, where applicable, shall be noted as it pertains to each item. QUESTION DUE DATE:� All questions shall be submitted no later than Tuesday, June 17, 2020 at 1:00 p.m. Eastern Standard Time (EST) via email to Stacey Polk at spolk@cns.gov.� Questions submitted after this date and time shall not be answered.� QUOTE DUE DATE: All technical and price quotes in response to this solicitation are to be received no later than June 26, 2020.� Responses received after this date and time will be considered non-responsive. The single point of contact to submit quotes for this requirement is Stacey Polk, spolk@cns,gov. For all email correspondences, PLEASE REFERENCE THE SOLICITATION NUMBER IN THE SUBJECT LINE 95332A20Q0032. Quotes may be emailed to Stacey Polk at spolk@cns.gov.� Please reference the solicitation number 95332A20Q0032 on your quote. Offers/quotes submitted in response to this solicitation shall not contain nor be subject to the offeror's/vendor's standard commercial terms and conditions.� Any offer/quote submitted in response to this solicitation which includes the offeror's/vendor's standard commercial terms and conditions may be considered a material defect and may be rejected as being non-responsive to the solicitation. The Government intends to award multiple firm fixed price Blanket Purchase Agreements (BPAs) after an evaluation is conducted in accordance with the technical factors contained in this solicitation. The technical evaluation criteria set forth below have been developed and have been tailored to the requirements outlined in the Statement of Work. The contractor is informed that the criteria: (1) serve as the standard against which all quotes will be evaluated; and (2) serve to identify the significant matters which the Contractor should specifically address in complying with the requirements of this solicitation. In order to be considered for award, the contractor must be determined to be technically acceptable. Criteria are judged on an Acceptable-Unacceptable basis only. No other rating or qualitative value will be assigned. To be determined technically acceptable, all technical factors must be rated acceptable for the technical quote. Any technical proposal that does not receive an acceptable rating for all factors, including sub-factors, will receive an unacceptable rating for the technical quote. All factors/subfactors are equal in weight; Awards will be made to lowest priced, technically acceptable, responsible contractors.� The lack of a relevant performance record may result in an unknown performance risk assessment, which will result in the quoter being evaluated neither favorably nor unfavorably for past performance and the quoter will receive a neutral rating which equates to Acceptable. The contractor will provide a technical overview of their abilities to provide Sanitization and Toiletry Supplies. The technical quote must validate the technical factor(s) described herein. The vendors must submit a technical proposal that demonstrates technical capability to validate current technical qualifications and certifications. Proposal shall be submitted in two volumes. Volume I: Technical and Past Performance shall be in one volume with two separate sections. Volume II Pricing? No pricing shall be included in Volume I. The proposals submitted must be legible, singled-spaced, typewritten (on one side only), in a � font size not smaller than 10-point pitch with a one-inch margin on all sides, on paper not larger than eight and a half by eleven inches and not exceeding the page limits listed below. Pages in excess of the individual limitations shall not be read, and the quote shall be evaluated as if the excess pages did not exist. The proposals will be evaluated in accordance with the evaluation factors. Clarity and completeness of the proposals are of the utmost importance.�The proposal must be written in a practical, clear, and concise manner.� The following page restrictions are: Technical Proposal shall not exceed 40 pages There are no restrictions on price proposal Items not included within the page restriction count are as follows: �System for Award Management (SAM), cover pages, cover letters, table of contents, blank section dividers, resumes, charts, graphs, and glossary of terms, exhibits, drawings, sample formats, and items of an illustrative nature. Together, any attached charts, graphs, glossary of terms, exhibits, drawings, sample formats, or other illustrative documents shall not exceed 20 pages. The Corporation will evaluate proposals based on the following technical factors: Factor 1. Technical: The Government will evaluate the offeror�s proposal against the above requirements to determine whether the proposal is acceptable or unacceptable for the Technical Narrative factor, using the ratings and descriptions outlined below. 1. Proposal must include all of the brand name or equivalent items listed 2. Evidence that the organization has the resources, capacity and infrastructure to ordered items to locations within the United States, Territories, and the District of Columbia in disaster and non-disaster situations 3. Evidence that the organization has the resources, capacity and infrastructure to provide all items within 7 calendar days of receiving an order Rating�� Description Acceptable�������� Proposal clearly meets the minimum requirements of the solicitation. Unacceptable��� Proposal does not clearly meet the minimum requirements of the solicitation.� Factor 2: Past Performance The Offeror must be able to demonstrate the ability to perform the timely delivery of quantities specified for each Call order within the specified delivery time.� This requirement is for disaster relief so importance of turn-around from receipt of order to delivery is important.� The Government will evaluate the offeror�s record of relevant and recent past performance information that pertain to the products and/or services outlined in the solicitation requirements. Past performance will be evaluated on an �acceptable� or �unacceptable� basis using the ratings in the table below.� The Offeror shall provide a list of two (2) contract awards or purchase orders awarded within the past five (5) years, similar in size and scope as described in the Specification. Experience must be specific and shall include the following information for each contract or purchase order listed: a.�������� Name of Customer b.�������� Total Contract Value c.�������� Description of Requirement and Specific Responsibilities of the Offeror as they relate to the requirement d.�������� Contract Period of Performance e.�������� Customer POC�s Contact Information (email and phone number).� POCs will be contacted and their input will be considered in the assessment of past performance. CNCS will also use CPARS (see www.acq.osd.mil/dpap/pdi/eb/cpars.html) to assess each Offeror�s past performance. In addition to the above stated, CNCS may also use any past performance information/knowledge of the contractor on any CNCS contract, similar in scope within the last 2 years. NOTE: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown (or �neutral�) past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered �acceptable.�� Rating�� Description Acceptable: Based on the offeror�s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror�s performance record is unknown. (See note above) Unacceptable: Based on the offeror�s performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort. Price To determine fair and reasonable the Offeror is required to provide supporting documentation for each contract line item.� Samples may include invoices, published price list, etc. to enable the government to determine an adequate price analysis.� Price will be evaluated on the basis of price reasonableness in accordance with FAR 15.404 to determine that the proposed prices offered are fair and reasonable and that a �buy-in� or unbalanced pricing is not occurring. Price reasonableness pertains to the offeror�s ability to project a price which is realistic and indicates that the offeror understands the nature and scope of work to be performed. The Government will evaluate proposals for award purposes by totaling the proposed prices. For evaluation purposes, the Government will evaluate pricing for all 5 years. Price will be evaluated as the discriminating factor amongst all proposals with the overall rating of �Acceptable�. A price evaluation may not be conducted on proposals with an �Unacceptable� rating in either Technical Narrative or Past Performance.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3599df298dad4694aa0f9b4f605f6b15/view)
- Place of Performance
- Address: Washington, DC 20024, USA
- Zip Code: 20024
- Country: USA
- Zip Code: 20024
- Record
- SN05701858-F 20200626/200624230152 (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 |