Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 08, 2021 SAM #7190
SOLICITATION NOTICE

51 -- Tool Kits

Notice Date
8/6/2021 12:49:09 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332216 — Saw Blade and Handtool Manufacturing
 
Contracting Office
W7NB USPFO ACTIVITY LAANG 159 BELLE CHASSE NAS LA 70143-5077 USA
 
ZIP Code
70143-5077
 
Solicitation Number
W50S7Z21Q0015
 
Response Due
8/20/2021 10:00:00 AM
 
Archive Date
09/04/2021
 
Point of Contact
Greggory Price, Phone: 5043918370, John Kattengell, Phone: 5043918369
 
E-Mail Address
greggory.price@us.af.mil, john.kattengell.2@us.af.mil
(greggory.price@us.af.mil, john.kattengell.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The 159 FW is contemplating a firm fixed price contract for tool kits as listed in attached documents NAICS� �332216 PSC� � � 5110 This requirement is to furnish tool kits: etched tools, foam and container all functioning together. CLIN 0001 Contractor shall provide Commercial Off the Shelf (COTS) tools in accordance with purchase description. Contractor shall provide all necessary labor, equipment, materials and supervision necessary to deliver items described according to attached Purchase Description. Contractor shall provide: (1) Quote (2) list or description conforming to requirement (3) Estimated delivery time The quote shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims.� The quote shall not simply rephrase or restate the Government�s requirement, nor be a copy and paste of the posted requirement, but rather shall provide line item description, quantity, and cost. Elaborate brochures or documentation, binding, detailed artwork, or other embellishment, beyond the state requirement are unnecessary, not desired, and shall not be evaluated. In an effort to reduce paperwork and reduce cost, all quotations shall be submitted electronically. All submissions shall be in Excel.xls, Word.doc or Adobe PDF format Vendors are required to submit quotes no later than 12:00 pm CST 20 August 2021. All questions can be addressed to john.kattengell.2@us.af.mil or greggory.price@us.af.mil This is the designated E-mail address and inbox for receipt of E-mail submissions. No other electronic means of submission, used in whole or in combination with E-mail, is permitted. No other method of submission is acceptable. To be timely, an E-mail quote must be received in its entirety in the designated E-mail inbox by the due date and time for quote submission. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). This is a combined synopsis/solicitation for supplies prepared in accordance with the format in FAR part 13 as supplemented with additional information included in this notice; this notice is subject to availability of funds. 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. Award will be conducted and evaluated under the provisions of FAR Part 13.106 �Soliciting competition, evaluation of quotations or offers, award and documentation."" 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). When completing the information for transmittal, provide the following information in each of the relevant fields to john.kattengell.2@us.af.mil �and�greggory.price@us.af.mil 1. Name of person submitting quote 2. Email address of person submitting quote 3. Subject Line: W50S7Z-21-Q-0015 � Vendor Name FAR 52.212-3, Offerors Representations and Certifications�Commercial Items (Nov 2015) a. Offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/SAM/#1 in accordance with FAR 52.212-3, Offerors Representations and Certifications�Commercial Items. b. The offeror must be registered in System for Award Management (SAM) https://sam.gov/portal/SAM/, with System Award Management (SAM) Account: Active sheet showing the CAGE Code and DUNS Number if you have. DUNS and Cage Code Number A CAGE code and a DUNS number are a requirement to do business with the U.S. Federal Government. For more information regarding obtaining a CAGE code: This solicitation is for a firm fixed price contract and will be awarded to the lowest priced technically acceptable V. Contract Provisions 52.202-1 Definitions JAN 2012 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees APR 1984 52.203-7 Anti-Kickback Procedures OCT 2010 52.204-7 System for Award Management JUL 2013 52.204-13 System for Award Management Maintenance JUL 2013 52.212-1Instructions to Offerors-Commercial Items JUL 2021 ����� (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. ����� (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show� ���������� (1) The solicitation number; ���������� (2) The time specified in the solicitation for receipt of offers; ���������� (3) The name, address, and telephone number of the offeror; ��������� �(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; ���������� (5) Terms of any express warranty; ���������� (6) Price and any discount terms; ���������� (7) ""Remit to"" address, if different than mailing address; ���������� (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); ���������� (9) Acknowledgment of Solicitation Amendments; ���������� (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and ���������� (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. ����� (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. ����� (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender�s request and expense, unless they are destroyed during preaward testing. ����� (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with subpart� 4.10 of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. ����� (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. ���������� (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is ""late"" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- �������������������� (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or �������������������� (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government�s control prior to the time set for receipt of offers; or �������������������� (C) If this solicitation is a request for proposals, it was the only proposal received. ��������������� (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. ���������� (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. ���������� (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. ���������� (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. ����� (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. ����� (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. ����� (i) Availability of requirements documents cited in the solicitation. ���������� (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L�Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978. ��������������� (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. ���������� (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: ����������� ����(i) ASSIST ( https://assist.dla.mil/online/start/). ��������������� (ii) Quick Search ( http://quicksearch.dla.mil/). ���������������� ���������� (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- ��������������� (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); ��������������� (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or ��������������� (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. � ���������(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. ����� (j) Unique entity identifier.(Applies to all offers that exceed the micro-purchase threshold, and offers at or below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation ""Unique Entity Identifier"" followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart� 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. ����� (k) [Reserved] ����� (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: ���������� (1) The agency�s evaluation of the significant weak or deficient factors in the debriefed offeror�s offer. ���������� (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. ���������� (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. ���������� (4) A summary of the rationale for award; ���������� (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. ���������� (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of provision) 52.212-2 Evaluation-Commercial Items OCT 2014 As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation-Commercial Items (Oct 2014) ����� (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: �Technical acceptability �Price ���� ����� (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). ����� (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012 52.216-24 Limitation of Government Liability APR 1984 52.216-25 Contract Definitization OCT 2010 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies MAR 2012 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity for Veterans SEP 2010 52.222-36 Affirmative Action For Workers With Disabilities OCT 2010 52.222-37 Employment Reports on Veterans SEP 2010 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-6 Drug-Free Workplace MAY 2001 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 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications DEC 2012 52.232-1 Payments APR 1984 52.232-18 Availability if Funds APR 1984 52.232-18 Availability of Funds Apr 1984 52.232-33 Payment by Electronic Funds Transfer-System for Award Management JUL 2013 52.233-1 Disputes JUL 2002 52.233-2 Service Of Protest SEP 2006 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.243-1 Changes--Fixed Price AUG 1987 52.252-2 Clauses Incorporated By Reference FEB 1998 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009� 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012� 252.232-7006 Wide Area WorkFlow Payment Instructions MAY 2013 Executive Order 13514: Federal Leadership in Environmental, Energy, and Economic Performance (OCT 2009)� To be awarded this contract, the offeror must be registered in the SAM and remain active during period of performance. (https://www.sam.gov/portal/public/SAM/). All vendors MUST have a publicly visible registration in the System for Award Management (SAM). Duns & Bradstreet, CAGE Code & Federal Tax ID numbers MUST be submitted with offer. If you need any additional assistance getting registered, please send me an email and I will send you additional instructions. VI. Contract Clauses The following clauses will be included in the contract that will result from this solicitation. 1. FAR 52.212-4, �Contract Terms and Conditions�Commercial Items� (Jan 2017) 2. FAR 52.212-5, �Contract Terms And Conditions Required To Implement Statutes Or Executive Orders�Commercial Items (Deviation 2013-O0019)� (Nov 2017) 3. 52.243-1 Changes-Fixed-Price. 4. 52.249-8 Default (Fixed-Price Supply and Service). 5. 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) The following subparagraphs of FAR 52.212-5 are applicable: � FAR 52.222-50, Alternate I, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) Other clauses customary to a fixed-price, commercial item contract may and or shall be included. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation: Circular 2021-06 published in the Federal Register on July 12, 2021 VII. Correspondence Any questions on this requirement shall be emailed to john.kattengell.2@us.af.mil and�greggory.price@us.af.mil or by phone at (504) 391-8369/70
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/be6695672a9146a3bcfe658ebb8b6874/view)
 
Place of Performance
Address: Alexandria, LA 71303, USA
Zip Code: 71303
Country: USA
 
Record
SN06088431-F 20210808/210806230122 (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.