Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 12, 2023 SAM #7836
SOLICITATION NOTICE

36 -- 201st MFRT, Microwaves and Minifridge

Notice Date
5/10/2023 7:43:55 AM
 
Notice Type
Solicitation
 
NAICS
332510 — Hardware Manufacturing
 
Contracting Office
W7PA USPFO ACTIVITY PR ARNG FORT BUCHANAN PR 00934 USA
 
ZIP Code
00934
 
Solicitation Number
W912LR23R0062
 
Response Due
6/8/2023 11:00:00 AM
 
Archive Date
06/23/2023
 
Point of Contact
Maria del Mar Ruiz, Phone: 7872777696, Myriam Perez ( Contracting Officer), Phone: 7872777694
 
E-Mail Address
maria.d.ruizperez.mil@army.mil, myriam.perezsantos.mil@army.mil
(maria.d.ruizperez.mil@army.mil, myriam.perezsantos.mil@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
A. GENERAL INFORMATION �The ARMY Barracks Management Program�s mission is to provide world-class living arrangements for our Soldiers. 201st MFTR RTI is working to ensure quality accommodations and furnishing to our students during their stay during the courses. Ensuring quality accommodations will maintain good order, discipline, health, and welfare of our students. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only notice. Attached is a written solicitation with all the specifications and requirements of the equipment. This requirement is a request for quote (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect in the Federal Acquisition Circular 2021-5. The award will be a Firm Fixed Priced Award in accordance with the following: 1. Set Aside: This acquisition is a 100% small business set-aside. 2. The Product Service Code is 3605, Industrial Products & Services � Machinery & Components 3. The North American Industrial Classification System (NAICS) code for this acquisition is 332510 with a size standard of $750,000. DESCRIPTION OF ACQUISITION: The Puerto Rico ARNG has a requirement to purchase the below listed supplies. �A description of all the specifications and requirements of the equipment are in the attached Solicitation. This procurement will be awarded under Simplified Acquisition Procedures. Quotes must be received no later than 08 June, 2023, 2:00 pm, EST, daylight savings time, Email quotes to SFC Maria del Mar Ruiz at maria.d.ruizperez.army@mail.mil . If there are any questions, please email or call (787)289-1400 ext. 7696. All questions and requests for information (RFI) must be received not later than 30 May, 2023 at ���11:00 am EST. Items: 40 Mini refrigerators: a) Appliance Category: Refrigerator b) Appliance Type: Compact Refrigerator c) Color Finish: Stainless Look d) Defrost Type: Manual e) Total Capacity: 3.1 cu ft f) Freezer Capacity:0.94 cu ft g) Freezer Features: In door Storage h) Freezer Type: Top door freezer i) General Features: Flat-back design, Interior light j) No Ice Maker k) Indoor freezer l) Standard Depth m) 2 doors n) Number of freezer shelves: No Shelves o) Number of Refrigerator Shelves: 2 Shelves p) Operational Features: Dial temperature Control q) Product Weight: 51.0 lb r) Refrigeration Dispenser Features: No Dispenser s) Refrigerator Capacity: 2.2 cu ft t) Storage Features: Can dispenser, removable shelves u) Shelf Material Refrigerator: Glass 40 Microwaves: a) Microwave type: Single b) Assembly required: No c) Microwave Capacity: 5.24 gal d) Width: 18� e) Depth: 13� f) Product Type: Microwave oven g) Height: 10.3� h) Input voltage: 110AC i) Microwave power: 700w j) Weight: 23 lbs. k) Color: black � l) Measure: 0.7 cubic foot SCHEDULE OF SUPPLIES/SERVICES: All supplies are to be delivered in accordance with (IAW) the attached Solicitation. QUOTE PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The offeror must submit a signed and dated quote on company letterhead with unit prices and extended prices in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specification, ""Schedule of Supplies/Services"" and terms and conditions, the offeror agrees to accede to all solicitation requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Offerors must provide a unit price and extended price for CLIN 0001 referenced in the ""SCHEDULE OF SUPPLIES/SERVICES."" Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and UID. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the System for Award Management (SAM) database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220. Quote Contents: PART I � TECHNICAL: Provide quote that complies to all the requirements of the synopsis/solicitation. PART II � PRICE: The price factor will be evaluated for reasonableness. The Government will evaluate the price of all quotes as follows: �Quotes will be determined fair and reasonable based on competitive quotes, comparison with similar ��services in a related industry, comparison to an independent Government estimate, or any other �reasonable basis in accordance with FAR 13.106-2. The Government intends to award a contract without discussions with respective offerors. Offerors shall submit sufficient information and, in the format, specified in Quote Preparation Instructions. Offeror�s may be asked to clarify certain aspects of their quote to which the offeror has not previously had an opportunity to respond. BASIS FOR AWARD This is a 100% Competitive Small Business Set-Aside firm-fixed price contract. The small business contractor must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Award will be made to the lowest priced quote that meets all required services technical capabilities/requirements. The Payments of this contract will be thru the wide area workflow program. All payments are net 30 days. All Offerors must accept this as payment. The wide area workflow website is https://wawf.eb.mi CONTRACT TERMS AND CONDITIONS: The following provisions and clauses apply to this acquisition and can be viewed through Internet access at the Air Force Federal Acquisition Regulation (FAR) Site, http://www.farsite.hill.af.mil in accordance with 52.252-1 and 52.252-2. 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 their full text available, IAW FAR 52.107 or view in the sites mentioned in provision 52.252-1 and Clause 52.252-2. Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors-Commercial - The provision at FAR 52.212-1, Instruction to Offerors - Commercial, applies to this acquisition, with addenda. Reference attached Addendum to FAR 52.212-1. FAR 52.212-2, Evaluation-Commercial Items - The Government shall utilize the evaluation procedures included by addenda in lieu of the provision at FAR 52.212-2, Evaluation - Commercial Items. Reference attached Addendum to FAR 52.212-2. FAR 52.212-3 with Alternate I, Offeror Representations and Certifications-Commercial Items - Offerors shall include a completed copy of the provision at FAR 52.212-3 with Alternate I, Offeror Representations and Certifications-Commercial Items with its offer. Reference FAR 52.212-3 (b) for those representations and certifications completed electronically. FAR 52.212-4, Contract Terms and Conditions-Commercial Items - The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, without addenda. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items - The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items applies to this acquisition. The contractor shall comply with the following additional FAR clauses: FAR 52.219-28, Post-Award Small Business Program Representation; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-50, Combatting Trafficking in Persons; FAR 52.223-15, Energy Efficiency in Energy-Consuming Products; FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving on Base; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management The following provisions and/or clauses apply: FAR 52.204-7, System for Award Management; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.204-18, Commercial and Government Entity Code Reporting; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.222-3, Convict Labor; FAR 52.223-5, Pollution Prevention and Right Know Information; 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 52.237-1, Site Visit; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 52.243-1, Changes - Fixed-Price; FAR 52.252-1, Solicitation Provisions Incorporated By Reference; FAR 52.252-2, Clauses Incorporated By Reference; FAR 52.252-3, Alterations in Solicitation; FAR 52.252-5, Authorized Deviations In Provisions; FAR 52.252-6, Authorized Deviations In Clauses; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.204-7004 (Alternate A), System for Award Management; DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7011, Alternative Line-Item Structure; DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors; DFARS 252.211-7003, Item Unique Identification and Valuation; DFARS 252.211-7008, Use of Government-Assigned Serial Numbers; DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.223-7008, Prohibition of Hexavalent Chromium; DFARS 252.225-7036, Buy American--Free Trade Agreements--Balance of Payments; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.232-7006, Wide Area Workflow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7023, Transportation of Supplies by Sea The full text versions of referenced clauses and provisions is accessible through https://www.acquisition.gov/far/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8bb2f0c377c04bf99822d9993135f386/view)
 
Record
SN06678265-F 20230512/230510230114 (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.