Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2023 SAM #7815
SOLICITATION NOTICE

72 -- Non-Slip Rubber Gym Flooring

Notice Date
4/19/2023 10:29:02 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326299 — All Other Rubber Product Manufacturing
 
Contracting Office
W7N3 USPFO ACTIVITY UT ARNG DRAPER UT 84020-2000 USA
 
ZIP Code
84020-2000
 
Solicitation Number
W911YP23R0008
 
Response Due
5/15/2023 6:00:00 AM
 
Archive Date
05/30/2023
 
Point of Contact
Otha Henderson
 
E-Mail Address
otha.b.henderson.civ@army.mil
(otha.b.henderson.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOLICITATION:� W911YP23R0008 AGENCY/OFFICE:� Utah Army National Guard / USPFO DELIVERY LOCATION:� Utah Army National Guard 12953 S Minuteman Drive, Draper, UT� 84020 SUBJECT:� Non-slip Rubber Gym Flooring RESPONSE DUE DATE:� 07:00 AM (Mountain) 15 May 2023 CONTRACTING POC:� Otha Henderson����������� Email: otha.b.henderson.civ@army.mil Description: *****This requirement is being solicited as a total small business set-aside.� Only quotes from registered small businesses in SAM.GOV will be accepted***** The Utah Army National Guard (UTARNG) is soliciting a requirement for commercial grade non-slip rubber flooring under this combined synopsis/solicitation W911YP23R0008, which is being issued as a Request for Quotes (RFQ).� - the flooring will be used to protect exercise areas where heavy squat racks are located and where weight well be dropped on the floor regularly. - The quantity is 200 each. - The specification is 4 inch x 6 inch x 3/4 inch vulcanized rubber with dual-surface, having a classic smooth surface on one side and a raised button or grated surface on the other side. Mats must have straight cut edges with no bevel. - Acceptable colors are grey, light blue, dark green, brown, black or some variation of a speckled pattern using these colors. Black is the preferred color. -� Priced for delivery to 17800 South Camp Wiliams Rd, Riverton, UT� 84065 - Note, the�requirement to conform to ASTM D-792 standard of density has been removed. This requirement is being solicited as a total small business set-aside under NAICS code 326299, Rubber Product Manufacturing, which has a small business size standard of 650 employees (www.sba.gov). NAICS 339920, Sporting and Athletic Goods Manufacturing with a size standard of 750 employees is also acceptable. For vendors quotes to be considered, you must be registered in SAM.gov as a small business under this NAICS code or very similar NAICS code.� Wholesaler NAICS codes will not be accepted.� Delivery is requested to occur within 60-90 days ARO.� FAR Regulation: All offerors are notified this information because this solicitation is a small business set-aside and is subject to Federal Acquisition Regulation (FAR) 19.102(f) (the �Non-Manufacturer Rule). FAR 19.102 (f) states that �a small business primer contractor who is not manufacturing the supplies to be purchased by this solicitation must furnish items of a small business manufacturer who produces the items in the United States or its outlying territories�. This solicitation is also subject to FAR Clause 52.219-14, �Limitations on Subcontracting�. FAR Clause 52.219-14 states that �any small business prime contractor who is a manufacturer of the supplies must perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials.� Contract Type / Evaluation Criteria: � This RFP is subject to availability of funds per FAR 52.232-18.� The contract type for this procurement will be firm-fixed price and award evaluation will be based on Lowest Price Technically Acceptable (LPTA) evaluation criteria. Full product specifications must be provided in order to give proper technical evaluation. The offer must be registered in System for Award Management (SAM) to be eligible for award. Set-Aside / FAR Regulation: Any award resulting from this solicitation will be made using a total small business set-aside order of precedence as follows: In accordance with FAR subpart 19.502-2 total small business set-aside procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2. If there are no acceptable offers from small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns. SAM Registration:� All firms or individuals responding must meet all standards required to conduct business with the government, including registration with SAM and WAWF/iRAPT, and be in good standing. All qualified responses will be considered by the Government. In addition to providing pricing each quote must include vendor's CAGE/DUNS unique entity ID number, federal tax number, and must include point of contact information.� IAW FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing.� Prospective offerors may obtain information on registration at WWW.SAM.GOV.� IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award.� Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov. Proposals:� Please provide your proposal submission to the United States Property and Fiscal Office (USPFO) Purchasing and Contracting (P&C) Division no later than 07:00 AM (Mountain) on 15 May 2023.� All submissions should be sent via email to: otha.b.henderson.civ@army.mil. Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered. Provisions: The following provisions are applicable to this solicitation: FAR 52.202-1 � Definitions FAR 52.203-3 � Gratuities FAR 52.204-7 � Central Contractor Registration System for Award Management FAR 52.204-16 � Commercial and Government Entity Code Reporting FAR 52.204-18 � Commercial and Government Entity Code Maintenance FAR 52.204-19 � Incorporation by Reference of Representations and Certifications FAR 52.204-24 � Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-24 � Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25 � Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-26 � Covered Telecommunications Equipment or Services-Representation FAR 52.209-6 � Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 � Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1 � Instructions to Offerors FAR 52.212-3 � Offeror Representations and Certifications-Commercial Items FAR 52.212-3 � Alternate 1 FAR 52.212-4 � Terms and Conditions - Commercial FAR 52.212-5 � Dev - Statutes/Exec Orders FAR 52.217-5 � Evaluation of Options FAR 52.217-8 � Option to Extend Services FAR 52.217-9 � Option to Extend the Term of the Contract FAR 52.219-1 (Alt I) � Small Business Program Representation FAR 52.219-6 � Notice of Total Small Business Set-Aside FAR 52.219-8 � Utilization of Small Business Concerns FAR 52.219-14 � Limitations on Subcontracting FAR 52.219-28 � Post-award Small Business Program Representations FAR 52.222-3 � Convict Labor FAR 52.222-19 � Child Labor Cooperation with Authorities and Remdies FAR 52.222-21 � Prohibit Segregated Facilities FAR 52.222-22 � Previous Contract and Compliance Reports FAR 52.222-25 � Affirmative Action FAR 52.222-26 � Equal Opportunity FAR 52.222-36 � Affirmative ActionEqual Opportunity for Workers With Disabilities FAR 52.222-40 � Notification of Employees Rights Under the National Labor Relations Act FAR 52.222-50 � Combating trafficking in Persons FAR 52.222-54 � Employment Eligibility Verification FAR 52.223-18 � Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-23 13 � Restrictions on Certain Foreign Purchases FAR 52.225-25 � Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.228-5 � Insurance � Work on a Government Installation FAR 52.232-1 � Payments FAR 52.232-18 � Availability of Funds FAR 52.232-33 � Payment by Electronic Funds Transfer-Central Contractor RegistrationSystem for Award Management FAR 52.232-39 � Unenforceability of Unauthorized Obligations FAR 52.232-40 � Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 � Disputes FAR 52.233-2 � Service of Protest FAR 52.233-3 � Protest After Award FAR 52.233-4 � Applicable Law for Breach of Contract Claim FAR 52.237-3 � Continuity of Services FAR 52.242-13 - Bankruptcy FAR 52.243-1 � Changes-Fixed Price FAR 52.249-1 � Termination for Convenience of the Government (Fixed-Price)(Short Form) FAR 52.252-1 � Provisions Incorporated by Reference FAR 52.252-2 � Clauses Incorporated by Reference FAR 52.252-5 � Authorized Deviations in Provisions FAR 52.252-6 � Authorized Deviation in Clauses DFARS 252.203-7000 � Requirement Relating to Compensation of Former DoD Officials DFARS 252.203-7002 � Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003 � Control of Government Personnel Work Product DFARS 252.204-7004 � Antiterrorism Awareness Training for Contractors DFARS 252.209-7004 � Subcontracting with Firms that are owned or controlled by the government of a country that is a State sponsor of terrorism DFARS 252.209-7995 � Representation by Corporations Regarding Unpaid Delinquent Tax Liability of a Felony Conviction Under Any Federal Law DFARS 252.212-7000 � Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial ItemsDFARS 252.212-7001 � Dev Terms and Conditions DFARS 252.225-7001 � Buy America Act and Balance of Payments Program DFARS 252.225-7002 � Qualifying Country as Subcontractors DFARS 252.225-7012 � Preference for Certain Domestic Commodities DFARS 252.232-7003 � Electronic Submission of Payment Requests DFARS 252.232-7010 � Levies on Contract Payments DFARS 252.237-7010 � Prohibition of Interrogation of Detainees by Contract Personnel DFARS 252.243-7001 � Pricing of Contract Modifications DFARS 252.243-7002 � Requests for Equitable Adjustment. FAR 52.252-2 � Clauses Incorporated by Reference.� This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text.� Upon request, the contracting officer will make full text available. Also, the full text of a clause may be accessed electronically at:� HTTPS://WWW.ACQUISITION.GOV.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/691b7572251e48bd9a1d87eaab05cba7/view)
 
Place of Performance
Address: Riverton, UT 84065, USA
Zip Code: 84065
Country: USA
 
Record
SN06656267-F 20230421/230419230118 (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.