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

81 -- CLASS 5 IP Container (SIPR)

Notice Date
7/16/2020 8:35:27 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
W7NB USPFO ACTIVITY LAANG 159 BELLE CHASSE NAS LA 70143-5077 USA
 
ZIP Code
70143-5077
 
Solicitation Number
W50S7Z-20-Q-0024
 
Response Due
7/23/2020 9:00:00 AM
 
Archive Date
07/24/2020
 
Point of Contact
John Kattengell, Phone: 5043918369, Fax: 5043918372, Janice M Hills, Phone: 5043918370, Fax: 5043918372
 
E-Mail Address
john.r.kattengell2.mil@mail.mil, janice.hills.1@us.af.mil
(john.r.kattengell2.mil@mail.mil, janice.hills.1@us.af.mil)
 
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. A Firm-Fixed Price (FFP) contract is being contemplated. Please see attached item Description. This is a meet or exceed specification purchase for brand new, never been used, items Award will be conducted and evaluated under the provisions of FAR Part 12 ""Acquisition of Commercial Items."" All potential vendors must be registered and active with no exclusions in Systems for Award Management (sam.gov). Payment for this contract will be made via PIEE/Wide Area Workflow (WAWF). The solicitation number is listed via FBO and is hereby issued as a request for quotation (RFQ); The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-05 published in the Federal Register on February 27, 2020 The set-aside is for small business for the associated, listed NAICS Category The following line item number(s) and items, quantities, and units of measure are applicable to this acquisition: SEE ATTACHMENT 1 Description of requirements for the items to be acquired: see above and attached description document Date(s) and place(s) of delivery and acceptance and FOB point: see attached description document (default to FOB Destination) The provision at�52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and a statement regarding any addenda to the provision. The provision at�52.212-2, Evaluation-Commercial Items, applies to this acquisition and a statement regarding any addenda to the provision and the specific evaluation criteria is listed Please include a completed copy of the provision at�52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause at�52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. The clause at�52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. Additionally: 159 Fighter Wing requires the following: Company must have an, �active,� SAM status, and provide the Tax ID number and CAGE code or DUNS. Adherence to List of Attachments: Attachment 1, Description Items must be in accordance with (IAW) applicable industry standards Company must be prepared to invoice via WAWF/PIEE Government paperless invoicing/payment system Vendor past performance record will be reviewed prior to award. Responsibility shall also be determined IAW FAR 9.103 Quotes must include delivery schedule/lead times and provide brand and model numbers of equipment or parts. Quotes shall be valid for 90 calendar days, starting from the day of receipt date It is the interested Offeror's responsibility to check FedBizOpps (FBO) for updated information. Basis for Award IAW FAR 52.212-2, 15.304: The award will be made to the lowest priced technically acceptable proposal or offer. Technical capability is more important than price. Proposals or quotes will be evaluated for technical acceptability (including past performance), but will not be ranked using the non-price Factors (and Subfactors). This is an all-or-none requirement and partial quotes will be deemed unresponsive and may not be evaluated. The Government will award a purchase order to the responsible Offeror whose offer conforms to the requirements as stated. In order for an Offeror to be considered for award, the proposal must receive an ""Acceptable"" rating in every non-price Factor. A proposal receiving a rating of ""Unacceptable"" in any non-price Factor will not be eligible for award. The following evaluation factors and subfactors will be used to evaluate each proposal: Technical acceptability is considered using price, performance and capability. Evaluation of the offeror's proposal shall address the acceptability of the response to each subfactor as it applies. The quote must convey a clear understanding of the requirement or project. The bidder or proposing vendor must also convey a capability to fulfill the requirement as outlined in the description. The Government will award a contract resulting from this solicitation to the Lowest Price Technically Acceptable (LPTA) offeror whose offer conforms to the solicitation and other factors. The following factors shall be used to evaluate offers: Technical capability of the proposed item/service offered to meet the Government requirement; and Price (evaluation of price shall be the sum of all line items, including options if applicable). Price Reasonableness will be utilized in the evaluation. Past Performance the CO will consider data available regarding the supplier's past performance history. Each offeror's past performance will be reviewed. Delivery: Inspection/Acceptance Terms: Destination/Destination. Delivery Terms: FOB Destination to specified building (see description) NAS-JRB New Orleans Directions & Phone for the NAS-JRB NO Main Gate: 504-678-3827. Access to installation: Visitors must pick up their pass at the Installation's Main entry Gate prior to arrival you will be required to present the following information upon arrival and may complete a background check SECNAV 5512: Two Forms of Identification (i.e. Driver's License, passport) Valid Vehicle Registration Current Proof of Insurance Car Rental Agreement (if applicable) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition The date, time and place offers are due is listed and possibly amended via the FBO system The name and email address of the individual to contact for information regarding the solicitation is listed via FBO
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ca2bdd2d8473477a828029c42875c0fa/view)
 
Place of Performance
Address: New Orleans, LA 70143, USA
Zip Code: 70143
Country: USA
 
Record
SN05724043-F 20200718/200716230203 (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.