Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2023 SAM #7919
SOLICITATION NOTICE

26 -- W911S6-23-Q-0023 Sanitary Tubing and Valves

Notice Date
8/1/2023 11:22:57 AM
 
Notice Type
Solicitation
 
Contracting Office
W6QM MICC-DUGWAY PROV GRD DUGWAY UT 84022-5000 USA
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-23-Q-0023
 
Response Due
8/14/2023 9:00:00 AM
 
Archive Date
08/29/2023
 
Point of Contact
Kayla Turbyfill
 
E-Mail Address
kayla.l.turbyfill.civ@army.mil
(kayla.l.turbyfill.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
[� SEE OFFICIAL SOLICITATION AND DESCRIPTION OF SUPPLIES REQUIRED� ATTACHED� ] Mission & Installation Contracting Command Dugway Proving Ground (DPG) 5330 Valdez Circle MS#1 Dugway, Utah 84022 SOLICITATION NO:� W911S6-23-Q-0023 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation requested and a written solicitation will not be issued. U.S.� Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement of a Supply Contract for the following: Document Type: Combined Solicitation/Synopsis Solicitation Number: W911S6-23-Q-0023 Posted Date: Aug 01, 2023 Original Response Date: Aug 14, 2023 Current Response Date: Aug 14, 2023 Product or Service Code: 4730 Set Aside: Yes NAICS Code: 332919 Other Metal Valve and Pipe Fitting Manufacturing size standard 750 employees important � notice to offeror: an award will be made from this solicitation when the evaluation of offers has been completed which is anticipated to occur shortly after the closing date of the solicitation.� in order to be considered for any award, it is required that contractors be registered, active and valid in the system for award management (sam) database at the time that award will be made.� reference far 52.204-8 system for award management. it is recommended that if you are a contractor that will be responding to this solicitation and not currently registered, active and valid in the sam database, that you immediately begin the process.� contractors must also meet the small business size standard of the naics code that this solicitation is issued under This is the only notice that contractors will receive instructing them to complete the SAM registration process if they have not already done so.� The website is https://www.sam.gov/portal/SAM/#1. All solicitations shall be issued through the Government point of Entry (https://sam.gov/search?index=opp) �It is the offeror responsibility to watch for any and all amendments to the solicitation, which shall be issued electronically through the SAM.gov Website. Request for Quote (RFQ) W911S6-23-Q-0023 is a combined synopsis/solicitation for commercial items.� This combined synopsis/solicitation is issued as an RFQ.� Submit written offers only, oral/facsimile offers will not be accepted.� Written offers shall be submitted by Email to: kayla.l.turbyfill.civ@army.mil� All firms or individuals responding must be registered and active in the System for Awards Database (www.sam.gov).� This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-05 (March 7, 2022).� It is the contractor�s responsibility to be familiar with applicable clauses and provisions.� Clauses and provisions can be found at: https://www.acquisition.gov/ REQUIREMENTS: Requirement: Purchase of Valves and Sanitary Tubing. We will not be accepting partial quotes �vendor must be able to provide the entire requirement to its specifications. Description of requirements available below. The Requiring Activity will consult potential quotes before an award may be made.� The Requiring Activity for this procurement is the West Desert Test Center, CHEM (Chemistry) SPITFIRE 2.0/Lab 127, �Dugway Proving Ground, Dugway Utah 84022.� FOB-DESTINATION Subject: Sanitary Tubing and Valves ������� � Final Delivery Location (FOB Destination): W30M USA DUGWAY PROVING GROUND 4223 2ND STREET DUGWAY UT 84022-5000 Items to be Purchased: Quote on all items. Only quotes to the nearest cent will be accepted. Shipping: Shipping shall be included in the overall price column for each line item or as total in separate line item. Delivery By: 30 days after contract award Offeror is to fill in the area below for pricing on each item.� Offeror may also submit a quote of their own format, providing they include the Solicitation #W911S623Q0023 on that document and address the Contract Specialist (Kayla Turbyfill at kayla.l.turbyfill.civ@army.mil) ��������������� �� ������������������������������������������� Offerors Company Information: Name of Company: UEI Number: Printed Name of Company Agent: Signature of Company Agent: Date: Phone Number: Email Address: Contract Terms and Conditions 1. CLAUSES INCORPORATED BY REFERENCE (FAR 52.252-2) (FEB 1998) 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.� Also, the full text of a clause may be accessed electronically at this/these address(s): https://www.acquisition.gov Clauses Incorporated By Reference: 2. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL (OCT 2018) Addendum to FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Incorporated By Reference on Standard Form 1449): SYSTEM FOR AWARD MANAGEMENT����������������������� �� ����������������������������� �������������������������������������������������������������������� �����������(FAR 52.204-7) (OCT 2018) PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL ������������������������������������������������������������������������������ �����������(FAR 52.204-9) (JAN 2011) INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS������������������������� ������������������������ ��������������� ���������(FAR 52.204-19) (DEC 2014) Use of ByteDance or TikTok not permitted on Gov�t IT equipment������������������������������������������������������������������������������ ���������� FAR 52.204-27 BRAND NAME OR EQUAL�������������������������������������������������������������������������������������������������������������������������� ��������������������������������������� ����������(FAR 52.211-6) (AUG 1999) UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS������������������������������ ���������������������������������������������������������������������������� ���������(FAR 52.232-39) (JUN 2013) PROVIDING ACELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS������������������������ ���������������������������������������� ���������(FAR 52.232-40) (DEC 2013) APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM����������� ���������������������������������������������������������������������������������������������������� �����������(FAR 52.233-4) (OCT 2004) INSPECTION AND ACCEPTANCE��������������������������������������������������������������������������������������������������������������������������������� ���������� (FAR 52.246-1) (APR 1984) DEFAULT (FIXED-PRICE SUPPLY AND SERVICE)����������������������������������������������������������� ���������� �������������������������������������� �����������(FAR 52.249-8) (APR 1984) SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING. ������������������������������ �����������������(DFARS 252-204-7012) (OCT 2016) ELECTRONIC FUNDING VIA WAWF������������������������������������������������������������������������������������� ���������������������������������������� ����������������(DFARS 252.232-7006) (MAR 2018) Gov Control of work Product���������������������������������������������������������������������������������������������������������������������������������������������������� DFAR 252.204-7003 Whistleblower ������������������������������������������������������������������������������������������������������������������������������������������������������������������������ DFAR 252.203-7002 SAM Maintenance������������������������������������������������������������������������������������������������������������������������������������������������������������������� FAR 52.204-13 Cage Code Maintenance���������������������������������������������������������������������������������������������������������������������������������������������������������� FAR 52.204-18 DFAR Compensation of Former Gov�t Employees����������������������������������������������������������������������������������������������������������������������� 252.203-7000 Protests���������������������������������������������������������������������������������������������������������������������������������������������������������������������������������� FAR 52.223-3 Disputes���������������������������������������������������������������������������������������������������������������������������������������������������������������������������������� FAR 52.233-4 Termination���������������������������������������������������������������������������������������������������������������������������������������������������������������������������� FAR 52.249-1 XUAR XinJiang Uyghur labor���������� �������������������������������������������������������������������������������������������������������������������������������������������� DFAR 252.225-7059 CLAUSES INCORPORATED BY FULL TEXT: 52.212-1 Instructions to Offerors-Commercial Items (Jun 2020) ����� (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� The solicitation number; The time specified in the solicitation for receipt of offers; 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; Terms of any express warranty; Price and any discount terms; ""Remit to"" address, if different than mailing address; 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); Acknowledgment of Solicitation Amendments; 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 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 pre-award 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/). ��������������� (iii)ASSISTdocs.com (http://assistdocs.com). ���������� (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: The agency�s evaluation of the significant weak or deficient factors in the debriefed offeror�s offer. The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. The overall ranking of all offerors, when any ranking was developed by the agency during source selection. A summary of the rationale for award; For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. 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) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a) (1) (A) of Pub. L. 115-232). ������(a)�Definitions.�As used in this clause� ������Backhaul�means intermediate links between the core network, or backbone network, and the small subnetworks at the edge of the network (e.g., connecting cell phones/towers to the core telephone network). Backhaul can be wireless (e.g., microwave) or wired (e.g., fiber optic, coaxial cable, Ethernet). ������Covered foreign country�means The People�s Republic of China. ������Covered telecommunications equipment or services�means� �����������(1)�Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities); �����������(2)�For the purpose of public safety, security of Government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities); �����������(3)�Telecommunications or video surveillance services provided by such entities or using such equipment; or �����������(4)�Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. ������Critical technology�means� �����������(1)�Defense articles or defense services included on the United States Munitions List set forth in the International Traffic in Arms Regulations under subchapter M of chapter I of title 22, Code of Federal Regulations; �����������(2)�Items included on the Commerce Control List set forth in Supplement No. 1 to part 774 of the Export Administration Regulations under subchapter C of chapter VII of title 15, Code of Federal Regulations, and controlled- ����������������(i)�Pursuant to multilateral regimes, including for reasons relating to national security, chemical and biological weapons proliferation, nuclear nonproliferation, or missile technology; or ����������������(ii)�For reasons relating to regional stability or surreptitious listening; �����������(3)�Specially designed and prepared nuclear equipment, parts and components, materials, software, and technology covered by part 810 of title 10, Code of Federal Regulations (relating to assistance to foreign atomic energy activities); �����������(4)�Nuclear facilities, equipment, and material covered by part 110 of title 10, Code of Federal Regulations (relating to export and import of nuclear equipment and material); �����������(5)�Select agents and toxins covered by part 331 of title 7, Code of Federal Regulations, part 121 of title 9 of such Code, or part 73 of title 42 of such Code; or �����������(6)�Emerging and foundational technologies controlled pursuant to section 1758 of the Export Control Reform Act of 2018 (50 U.S.C. 4817). ������Interconnection arrangements�means arrangements governing the physical connection of two or more networks to allow the use of another's network to hand off traffic where it is ultimately delivered (e.g., connection of a customer of telephone provider A to a customer of telephone company B) or sharing data and other information resources. ������Reasonable inquiry�means an inquiry designed to uncover any information in the entity's possession about the identity of the producer or provider of covered telecommunications equipment or services used by the entity that excludes the need to include an internal or third-party audit. ������Roaming�means cellular communications services (e.g., voice, video, data) received from a visited network when unable to connect to the facilities of the home network either because signal coverage is too weak or because traffic is too high. ������Substantial or essential component�means any component necessary for the proper function or performance of a piece of equipment, system, or service. ������(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. The Contractor is prohibited from providing to the Government 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, unless an exception at paragraph (c) of this clause applies or the covered telecommunication equipment or services are covered by a waiver described in FAR�4.2104. �����������(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 entefederal awards for �covered telecommunications equipment or services�. ����� (c) Representation. The Offeror represents that it ? does, ? 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. I certify that the statements herein are true to the best of my knowledge. _________________________________���������� ___________________________________ Printed Name and Title Signature����������������������� Date 3. (FAR 52.212-5)(JAN 2020)CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). �(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a) (1) (A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (5) 52.233-3, Protest After Award (Aug 1996) (31�U.S.C.�3553). (6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19�U.S.C.�3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that th...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8a857d80b08346f2b398205dcc24d726/view)
 
Place of Performance
Address: Dugway, UT 84022, USA
Zip Code: 84022
Country: USA
 
Record
SN06771764-F 20230803/230801230053 (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.