Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2023 SAM #7897
SOLICITATION NOTICE

65 -- Blanket Warmers for Naval Medical Center San Diego

Notice Date
7/10/2023 10:17:14 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
DEFENSE HEALTH AGENCY FALLS CHURCH VA 22042 USA
 
ZIP Code
22042
 
Solicitation Number
HT941023Q2037
 
Response Due
7/28/2023 1:00:00 PM
 
Archive Date
08/12/2023
 
Point of Contact
DON WILLIES, Isaac, Phone: 9513482199, Jojie Urrete
 
E-Mail Address
isaac.a.donwillies.civ@health.mil, jojie.n.urrete.civ@health.mil
(isaac.a.donwillies.civ@health.mil, jojie.n.urrete.civ@health.mil)
 
Description
NOTICE TO CONTRACTOR This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, in conjunction with FAR Part 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a separate written solicitation will not be issued. The solicitation number is HT941023Q2037. It is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04 effective 06/02/2023 and Defense Federal Acquisition Regulation Supplement (DFARS) change 04/27/2023. The North American Industry Classification System (NAICS) Code for this acquisition is 339113. The size standard is 800 (# of employees). This solicitation is 100% set aside for small business. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. This requirement is for supplies. Defense Health Agency Contracting Activity (DHACA) Western Markets Contracting Division requests responses from qualified sources capable of providing the following: Blanket warmers: Are crucial to the comfort and well-being of our patient population, provide comfort to patients during their stay and emergent situation where a patient is hypothermic. Items required: CLIN 0001: ���������������������������� MED PT BLANKET WARMER 12.17CF (1)-RGD BLK/SS 115/1 NUMBER #���������������������������� 162-PTHC1555 Location:�������������������������������� NMRTCSD Delivery Date: ������������������������ July 31, 2023 Quantity:��������������������������������� 7 Unit of Issue:�������������������������� Each Delivery/Acceptance Location: Naval Medical Center San Diego 34800 Bob Wilson Drive San Diego, CA 92134 DEFENSE BIOMETRIC IDENTIFICATION SYSTEM (DBIDS) DBIDS is the current system for access control verification and management for the Department of Defense (DoD). DBIDS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: https://www.cnic.navy.mil/Operations-and-Management/Base-Support/DBIDS/ For more information or to enroll in the DBIDS Program, call: 1 (202) 433-4784. For the Naval Base San Diego Pass and ID Office, call: 1 (619) 556-7467 or 1 (619) 556-1652. To pre-enroll for a DBIDS card, visit https://dbids-global.dmdc.mil/enroll#!/. Pre-enrolling will help expedite your processing time. Vendors, contractors, suppliers, and other service providers shall present their pass upon entry at the entry control point (ECP). This acquisition incorporates by reference the following FAR provisions and clauses:� 52.204-7 �������� System for Award Management (Oct 2018) 52.204-13 ������� System for Award Management Maintenance (Oct 2018) 52.204-16 ������� Commercial and Government Entity Code Reporting (Aug 2020) 52.204-18 ������� Commercial and Government Entity Code Maintenance (Aug 2020) 52.204-19 ������� Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-21 ������� Basic Safeguarding of Covered Contractor Information Systems (Nov 2021) 52.204-26 ������� Covered Telecommunications Equipment or Services-Representation (Oct 2020) 52.212-3 �������� Offeror Representations and Certifications�Commercial Products and Commercial Services (DEVIATION 2023-O0002) (Dec 2022), Alternate I (Oct 2014) 52.212-4 �������� Contract Terms and Conditions�Commercial Products and Commercial Services (Dec 2022) 52.232-39������� Unenforceability of Unauthorized Obligations (Jun 2013) The following additional DFARS provisions and clauses applicable to this acquisition are incorporated by reference:� 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 (Sep 2022) 252.204-7003 � Control of Government Personnel Work Product (Apr 1992) 252.204-7008 � Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7012 � Safeguarding Covered Defense Information and Cyber Incident Reporting (Jan 2023) 252.204-7015 � Notice of Authorized Disclosure of Information for Litigation Support (Jan 2023) 252.204-7016 � Covered Defense Telecommunications Equipment or Services�Representation (Dec 2019) 252.204-7017 � Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (May 2021) 252.204-7018 � Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2023) 252.204-7019 � Notice of NIST SP 800-171 DoD Assessment Requirements (Mar 2022) 252.204-7020 � NIST SP 800-171 DoD Assessment Requirements (Jan 2023) 252.204-7024 � Notice on the Use of the Supplier Performance Risk System (Mar 2023) 252.211-7003 � Item Unique Identification and Valuation (Jan 2023) 252.211-7008 � Use of Government-Assigned Serial Numbers (Sep 2010) 252.223-7008 � Prohibition of Hexavalent Chromium (Jan 2023) 252.225-7002 � Qualifying Country Sources as Subcontractors (Mar 2022) 252.225-7036 � Buy American�Free Trade Agreements�Balance of Payments Program� Alternate I (Jan 2023) 252.225-7048 � Export-Controlled Items (Jun 2013) 252.225-7055 � Representation Regarding Business Operations with the Maduro Regime (May 2022) 252.225-7056 � Prohibition Regarding Business Operations with the Maduro Regime (Jan 2023) 252.225-7059 � Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Certification (Dec 2022) 252.225-7060 � Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (Jan 2023) 252.232-7003 � Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006 � Wide Area WorkFlow Payment Instructions (Jan 2023) 252.232-7010 � Levies on Contract Payments (Dec 2006) 252.239-7098�� Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites�Representation (DEVIATION 2021-O0003) (Apr 2021) 252.244-7000 � Subcontracts for Commercial Items and Commercial Components (DoD Contracts) (Jan 2023) 252.247-7023 � Transportation of Supplies by Sea�Basic (Jan 2023) The following FAR provisions and clauses incorporated by full text apply to this acquisition: 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) ������The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it ""does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument"" in paragraph (c)(1) in the provision at�52.204-26, Covered Telecommunications Equipment or Services�Representation, or in paragraph (v)(2)(i) of the provision at�52.212-3, Offeror Representations and Certifications-Commercial Products�or�Commercial Services. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it ""does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services"" in paragraph (c)(2) of the provision at�52.204-26, or in paragraph (v)(2)(ii) of the provision at�52.212-3. ������(a)�Definitions.�As used in this provision� ������Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component�have the meanings provided in the clause�52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. ������(b)�Prohibition. ����������� (1)�Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to� ����������������(i)�Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or ����������������(ii)�Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. �����������(2)�Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to� ����������������(i)�Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or ����������������(ii)�Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. ������(c)�Procedures.�The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for ""covered telecommunications equipment or services"". ������(d)�Representation.�The Offeror represents that� �����������(1)�It��will,��will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds ""will"" in paragraph (d)(1) of this section; and �����������(2)�After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that� ����������It��does,��does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds ""does"" in paragraph (d)(2) of this section. ������(e)�Disclosures.� ����������� (1)�Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded ""will"" in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer: ����������������(i)�For covered equipment� ���������������������(A)�The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); ���������������������(B)�A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and ���������������������(C)�Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. ����������������(ii)�For covered services� ���������������������(A)�If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or ���������������������(B)�If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. �����������(2)�Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded ""does"" in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: ����������������(i)�For covered equipment� ���������������������(A)�The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known); ���������������������(B)�A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and ���������������������(C)�Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. ����������������(ii)�For covered services� ���������������������(A)�If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or ���������������������(B)�If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (End of provision) 52.212-1 INSTRUCTIONS TO OFFERORS�COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2023) ����� (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 that submits an offer, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees, or 150 employees for information technology value-added resellers under NAICS code 541519, if the acquisition� ���������� (1) Is set aside for small business and has a value above the simplified acquisition threshold; ���������� (2) Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or ���������� (3) Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. ����� (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 Federal Acquisition Regulation (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 FAR subpart 4.10), or alternative commercial products or commercial services 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 products, the make and model of the product 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. Addendum to FAR 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services The following is inserted as new paragraph (m) of the provision: ����� (m) QUOTER INSTRUCTIONS The Government intends to award a firm-fixed-price (FFP) contract resulting from this RFQ to the responsible Quoter, whose quote conforms to the solicitation and is the most advantageous (best value) to the Government, price and other factors considered as defined in the EVALUATION FACTORS FOR AWARD section below. The Government will review the quotes received to determine if they are compliant with the RFQ requirements. A compliant quote is one that meets all of the terms, conditions, and specifications in the RFQ. The Quoter must provide all documents listed and comply with all RFQ instructions in order for their quote to be considered �compliant� with this RFQ. Only compliant quotes will be evaluated for award. All questions regarding the RFQ, of a contractual or technical nature, must be submitted electronically by email to isaac.a.donwillies.civ@health.mil no later than 1.00 pm PST on Monday, 25 July, 2023. Questions submitted after the specified date and time may not receive a response. Questions, along with the Government�s responses, will be posted as an attachment to the RFQ. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective Quoters. Electronic Submission of Quotes: Quotations shall be submitted electronically via email to �isaac.a.donwillies.civ@health.mil Quoters are instructed to electronically submit their complete quotation in one (1) single file, formatted in Portable Document Format (PDF) with a .pdf file. - FACTOR 1: Technical Capability: The Quoter ability of the products to meet the salient characteristics - FACTOR 2: Delivery Requirement: Defined as vendor�s ability to deliver supplies as scheduled - FACTOR 3: Price: The Quoter shall submit a firm-fixed-price for all contract line-item numbers (CLINs) identified. Incomplete pricing may result in a Quoter�s quotation being deemed ineligible for award. - Completed Provisions: Quoters shall be registered in the System for Award Management (SAM) with the appropriate NAICS code and completed representations and certifications and shall not have any active exclusions listed within SAM. Additionally, the Quoter shall include one (1) copy of the following FAR provision(s) located within this RFQ that shall be completed and included with the quote: 52.204-24������� Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment LATE SUBMISSIONS MAY NOT BE CONSIDERED. It is a Quoter�s responsibility, when transmitting its quote electronically, to ensure the quote�s timely delivery by transmitting the quote sufficiently in advance of the time set for receipt of quotes to allow for timely receipt by the Government no later than the date and time stated in this RFQ. A Quoter risks the late receipt and rejection of a quote where it delays transmitting its quote until the last few minutes before the time set for receipt of quotes. Quotes that are received after the date and time stated in this RFQ will not be considered except at the discretion of the Contracting Officer; the Contracting Officer reserves full discretion to accept any late quotes at any time prior to award if it serves the best interest of the Government. Quoters are responsible for submitting their quote in the format specified, consistent with requirements stated elsewhere in this RFQ. Quoters are asked to submit only the information required. Files that cannot be opened or are otherwise missing the required content are the responsibility of the Quoters. Submissions that do not adhere to format and content requirements may be considered non-compliant. The Government reserves the right to eliminate any such quotes from consideration for award.� Quotations must be received no later than 1.00 pm PST on Friday, 28 July, 2023. (End of provision) 52.212-2 EVALUATION�COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) ����� (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Technical Capability (2) Delivery requirement (3) Price Technical Capability will be rated on an Acceptable/Unacceptable basis, and meeting delivery requirements will be equally important as price. ����� (b) 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 exp...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e3cf22d706a64377b2029d599d366979/view)
 
Place of Performance
Address: San Diego, CA 92134, USA
Zip Code: 92134
Country: USA
 
Record
SN06742511-F 20230712/230710230050 (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.