Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2020 SAM #6806
SOLICITATION NOTICE

58 -- Sound Masking System

Notice Date
7/16/2020 2:53:12 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
FA4897 366 FAS PKP MOUNTAIN HOME AFB ID 83648-5296 USA
 
ZIP Code
83648-5296
 
Solicitation Number
FA489720QA066
 
Response Due
8/4/2020 11:30:00 AM
 
Archive Date
08/19/2020
 
Point of Contact
SSgt Jason Hibbs, Phone: 2088283128, Carmela Hornbeck, Phone: 2088286477
 
E-Mail Address
jason.hibbs@us.af.mil, carmela.hornbeck@us.af.mil
(jason.hibbs@us.af.mil, carmela.hornbeck@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in 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. The Request for Quotation (RFQ) number FA489720QA066 shall be used to reference any written quote provided under this RFQ. The RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-07; Effective 2 July 2020. This is a set-aside for 100% Small Business. The North American Industry Classification System (NAICS) code for this project is 334290 with a size standard of 750 Employees. The purpose of this combined synopsis and solicitations for the purchase and delivery of one (1) Fairway Mower IAW the attached Specifications. The bid schedule and contract line item number (CLIN) schedule is below: Item���� Description����������������������������������������������������� Qty����� Unit���� Unit Price������� Total Amount 0001��� Sound Masking System����������������������������������� 1������� Each 0002��� Installation��������������������������� ����������������������������1������� Job Ship to address: �366 FW Command Post ��������������������������� 366 Gunfighter Ave Bldg 1501 Rm 7-10 ����������������������� ��� Mountain Home AFB, ID 83648 *****Notice to Vendor(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this RFQ until funds are available. The Government reserves the right to cancel this RFQ, either before or after the closing date. In the event the Government cancels this RFQ, the Government has no obligation to reimburse a vendor for any costs. ***** *FAR Provision 52.212-1, Instructions to Offerors � Commercial Items (Jun 2020) applies to this acquisition and the following addendum applies: A site visit will be held on 28 Jul 2020 at 2000 Mountain Standard Time (MST) at 366 Gunfighter Ave Bldg 1501 Mountain Home AFB, ID 83648. Vendors must provide the Contract Specialist and Contracting Officer listed below all individuals to be in attendance of the site visit no later than 24 Jul 2020 at 1400 MST. For base access procedures see attachment 2. A SFS 30 as stated in the attachment will be provided after vendors RSVP. The following words stating �offer�, �offeror�, and �proposal� are replaced with �quotation�, �vendor�, and �quote�. Paragraph (a) first sentence revised as follows:� �The NAICS code and small business size standard for this acquisition appear above.� Paragraph (c) first sentence revised as follows:� �The vendor agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the quote.� RFQ due date: 4 Aug 2020 RFQ due time: 2:30 P.M. MST THIS MUST BE SENT TO jason.hibbs@us.af.mil and carmela.hornbeck@us.af.mil AS STATED BELOW, OR THE ADDRESS IF MAILING.� ANYTHING OTHERWISE CAN AND WILL BE CONSIDERED NONRESPONSIVE.� YOU MAY WISH TO PLACE A READ/DELIVERY RECEIPT. Note:� .zip files are not an acceptable format for the Air Force Network and will not go through our email system. All questions regarding this RFQ must be email to 29 Jul 2020 by 12:00 P.M. MST Please provide the following information with your quote: Company Name: ____________ DUNS Number: ____________ Cage Code: _______________ *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required determining size of business for the NAICS referenced above Estimated Delivery Time: ____________ Payment Terms: _________________________ Warranty:� ________________ FOB (Select):� ____ Destination������������������� _____ Origin Shipping Cost included?� ____ Yes �������������� _____ No All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award.� The Government will not provide contract financing for this acquisition.� Invoice instruction shall be provided at time of contract award. FAR Provision *52.212-2, Evaluation -- Commercial Items (Oct 14), applies to this acquisition and the following evaluation is applicable:� 1. Basis for Award (a) The Government will award a contract resulting from this RFQ to the responsible vendor whose quote conforming to the RFQ will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Evaluation Factors and Steps: Price factor, meeting requirements of the attached Specifications Sheet (Conformance), and Past Performance: Step 1: Evaluate all quotations for acceptability. Step 2: Rank all acceptable quotations based upon offeror�s Total Evaluated Price (TEP) in ascending order from lowest price to highest price. Step 3: Evaluate the lowest three (3) offeror�s conformance to the attached specifications by verifying the quoted product will satisfy all aspects of the Specifications Sheet. Step 4: Evaluate the lowest priced, fully conformed vendor�s past performance. If past performance is acceptable move to step five (5), if not acceptable, the next lowest offoror�s past performance will be evaluated until an acceptable determination is made. See FAR 13.106-2(b)(3) for more information on evaluating past performance. Step 5: Make a Best-Value decision on meeting requirements of the attached Specifications Sheet (Conformance), performance evaluation, delivery time frame, and a determination the price is fair and reasonable. *****Interactions between the Contracting Officer and/or the Contracting Administrator and Vendor(s), after receipt of quotations that are undertaken with the intent to address any aspect of the quotation(s), and may be conducted with all, some, or none of the vendors.***** �(b) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote�s specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) *52.225-18 � Place of Manufacture (Aug 2018) �(a) Definitions. As used in this clause� �Manufactured end product� means any end product in Federal Supply Classes (FSC) 1000-9999, except� (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. �Place of manufacture� means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly� (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. (End of provision) Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters.� The government however, reserves the right to conduct discussions if deemed in its best interest. Include descriptive literature such as illustrations and drawings. FAR Provision *52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 17), with its Alternate I (Jun 2020), applies to this acquisition.� All vendors must be registered in System for Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018), applies to this acquisition with the following Addendum:� Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as administrative changes (e.g., including changes in the paying office, appropriations data changes, incremental funding, etc) authorized by the Federal Regulation and its supplements that may be unilaterally by the Contracting Officer (for a complete list of changes that may be made unilaterally, see FAR 43.103(b)).� Note:� The vendor acknowledges that should the quote terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jul 2020), additionally, the following FAR clauses cited in 52.212-5 are applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115- 91). 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2019) (Section 89(a)(1)(A) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). 52.233-3 Protest After Award (Aug 1996) (31U.S.C.3553). 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19U.S.C.3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (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. (Jun 2020) (31 U.S.C. 6101 note). 52.222-3, Convict Labor (June 2003) (E.O.11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2020) (E.O.13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246). 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C.793). 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513). 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. 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 (Oct 2018) (31 U.S.C. 3332). 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: N/A (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) 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- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Jun 2020) (41U.S.C.3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115- 91). (v) 52.222-17, Nondisplacement of Qualified Workers (May2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (vii) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246). (viii) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38U.S.C.4212). (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29U.S.C.793). (x) 52.222-37, Employment Reports on Veterans (Feb 2016) (38U.S.C.4212) (xi) 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. (xii) 52.222-41, Service Contract Labor Standards (Aug2018) (41U.S.C.chapter 67). (xiii) (A) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22U.S.C.chapter78 and E.O 13627). (B) Alternate I (Mar2015) of 52.222-50(22U.S.C.chapter78 and E.O 13627). (xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May2014) (41U.S.C.chapter67). (xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May2014) (41U.S.C.chapter67). (xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989). (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xviii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). (xix) (A) 52.224-3, Privacy Training (Jan 2017) (5U.S.C.552a). (B) Alternate I (Jan 2017) of 52.224-3. (xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10U.S.C. 2302 Note). (xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42U.S.C.1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46U.S.C. Appx.1241(b) and 10U.S.C.2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) 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. (End of Clause) The following additional *FAR Clauses are applicable to this solicitation: 52.204-16 Commercial and Government Entity Code Reporting. (Jul 2016) 52.204-18 Commercial and Government Entity Code Maintenance. (Jul 2016) 52.204-7 System for Award Management. (Oct 2018) 52.204-13 System for Award Management Maintenance. (Oct 2018) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Dec 2019) 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. (Jan 2017) 52.225-18 Place of Manufacture (Aug 2018) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (Dec 2013) 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals- Representation. (Dec 2016) The following *DFARS Clauses are applicable to this solicitation: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. (Sep 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials. (Nov 2011) 252.204-7003 Control of Government Personnel Work Product. (Apr 1992) 252.204-7006 Billing Instructions. (Oct 2005) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. (Oct 2016) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. (Oct 2016) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. (May 2016) 252.211-7003 Item Unique Identification and Valuation. (Mar 2016) 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. (Jan 2018) 252.223-7008 Prohibition of Hexavalent Chromium. (Jun 2013) 252.225-7001 Buy American and Balance of Payments Program. (Dec 2017) 252.225-7002 Qualifying Country Sources as Subcontractors. (Dec 2017) 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings. (Jun 2011) 252.225-7048 Export-Controlled Items. (Jun 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. (Dec 2018) 252.232-7006 Wide Area WorkFlow Payment Instructions. (Dec 2018) 252.232-7010 Levies on Contract Payments. (Dec 2006) 252.243-7001 Pricing of Contract Modifications. (Dec 1991) 252.244-7000 Subcontracts for Commercial Items. (Jun 2013) 252.247-7023 Transportation of Supplies by Sea. (Feb 2019) The following *AFFARS clauses are applicable to this solicitation: 5352.201-9101 Ombudsman. (Jun 2016) 5352.242-9000 Contractor Access to Air Force Installations. (Oct 2019) 5352.223-9001 Health and Safety on Government Installations. (Oct 2019) The full text of these clauses and (*) provisions may be assessed electronically at the website: http://farsite.hill.af.mil.� NOTE:� ALL PROVISIONS WILL BE REMOVED AT TIME OF AWARD BUT SHALL REMAIN PART OF THE CONTRACT FILE. Attachments:� (1) Specifications Sheet Visitor Access Form SFS 30 Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in 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. The Request for Quotation (RFQ) number FA489720QA066 shall be used to reference any written quote provided under this RFQ. The RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-07; Effective 2 July 2020. This is a set-aside for 100% Small Business. The North American Industry Classification System (NAICS) code for this project is 334290 with a size standard of 750 Employees. The purpose of this combined synopsis and solicitations for the purchase and delivery of one (1) Fairway Mower IAW the attached Specifications. The bid schedule and contract line item number (CLIN) schedule is below: Item���� Description����������������������������������������������������� Qty����� Unit���� Unit Price������� Total Amount 0001��� Sound Masking System����������������������������������� 1������� Each 0002��� Installation��������������������������� ����������������������������1������� Job Ship to address: �366 FW Command Post ��������������������������� 366 Gunfighter Ave Bldg 1501 Rm 7-10 ����������������������� ��� Mountain Home AFB, ID 83648 *****Notice to Vendor(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this RFQ until funds are available. The Government reserves the right to cancel this RFQ, either before or after the closing date. In the event the Government cancels this RFQ, the Government has no obligation to reimburse a vendor for any costs. ***** *FAR Provision 52.212-1, Instructions to Offerors � Commercial Items (Jun 2020) applies to this acquisition and the following addendum applies: A site visit will be held on 28 Jul 2020 at 2000 Mountain Standard Time (MST) at 366 Gunfighter Ave Bldg 1501 Mountain Home AFB, ID 83648. Vendors must provide the Contract Specialist and Contracting Officer listed below all individuals to be in attendance of the site visit no later than 24 Jul 2020 at 1400 MST. For base access procedures see attachment 2. A SFS 30 as stated in the attachment will be provided after vendors RSVP. The following words stating �offer�, �offeror�, and �proposal� are replaced with �quotation�, �vendor�, and �quote�. Paragraph (a) first sentence revised as follows:� �The NAICS code and small business size standard for this acquisition appear above.� Paragraph (c) first sentence revised as follows:� �The vendor agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the quote.� RFQ due date: 4 Aug 2020 RFQ due time: 2:30 P.M. MST THIS MUST BE SENT TO jason.hibbs@us.af.mil and carmela.hornbeck@us.af.mil AS STATED BELOW, OR THE ADDRESS IF MAILING.� ANYTHING OTHERWISE CAN AND WILL BE CONSIDERED NONRESPONSIVE.� YOU MAY WISH TO PLACE A READ/DELIVERY RECEIPT. Note:� .zip files are not an acceptable format for the Air Force Network and will not go through our email system. All questions regarding this RFQ must be email to 29 Jul 2020 by 12:00 P.M. MST Please provide the following information with your quote: Company Name: ____________ DUNS Number: ____________ Cage Code: _______________ *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required determining size of business for the NAICS referenced above Estimated Delivery Time: ____________ Payment Terms: _________________________ Warranty:� ________________ FOB (Select):� ____ Destination������������������� _____ Origin Shipping Cost included?� ____ Yes �������������� _____ No All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award.� The Government will not provide contract financing for this acquisition.� Invoice instruction shall be provided at time of contract award. FAR Provision *52.212-2, Evaluation -- Commercial Items (Oct 14), applies to this acquisition and the following evaluation is applicable:� 1. Basis for Award (a) The Government will award a contract resulting from this RFQ to the responsible vendor whose quote conforming to the RFQ will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Evaluation Factors and Steps: Price factor, meeting requirements of the attached Specifications Sheet (Conformance), and Past Performance: Step 1: Evaluate all quotations for acceptability. Step 2: Rank all acceptable quotations based upon offeror�s Total Evaluated Price (TEP) in ascending order from lowest price to highest price. Step 3: Evaluate the lowest three (3) offeror�s conformance to the attached specifications by verifying the quoted product will satisfy all aspects of the Specifications Sheet. Step 4: Evaluate the lowest priced, fully conformed vendor�s past performance. If past performance is acceptable move to step five (5), if not acceptable, the next lowest offoror�s past performance will be evaluated until an acceptable determination is made. See FAR 13.106-2(b)(3) for more information on evaluating past performance. Step 5: Make a Best-Value decision on meeting requirements of the attached Specifications Sheet (Conformance), performance evaluation, delivery time frame, and a determination the price is fair and reasonable. *****Interactions between the Contracting Officer and/or the Contracting Administrator and Vendor(s), after receipt of quotations that are undertaken with the intent to address any aspect of the quotation(s), and may be conducted with all, some, or none of the vendors.***** �(b) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote�s specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) *52.225-18 � Place of Manufacture (Aug 2018) �(a) Definitions. As used in this clause� �Manufactured end product� means any end product in Federal Supply Classes (FSC) 1000-9999, except� (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. �Place of manufacture� means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly� (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. (End of provision) Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters.� The government however, reserves the right to conduct discussions if deemed in its best interest. Include descriptive literature such as illustrations and drawings. FAR Provision *52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 17), with its Alternate I (Jun 2020), applies to this acquisition.� All vendors must be registered in System for Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018), applies to this acquisition with the following Addendum:� Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as administrative changes (e.g., including changes in the paying office, appropriations data changes, incremental funding, etc) authorized by the Federal Regulation and its supplements that may be unilaterally by the Contracting Officer (for a complete list of changes that may be made unilaterally, see FAR 43.103(b)).� Note:� The vendor acknowledges that should the quote terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jul 2020), additionally, the following FAR clauses cited in 52.212-5 are applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115- 91). 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2019) (Section 89(a)(1)(A) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). 52.233-3 Protest After Award (Aug 1996) (31U.S.C.3553). 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/00bcc196b7814ecbb83abb142c5650e1/view)
 
Place of Performance
Address: Mountain Home AFB, ID 83648, USA
Zip Code: 83648
Country: USA
 
Record
SN05723829-F 20200718/200716230201 (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.