Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 09, 2024 SAM #8138
SOURCES SOUGHT

38 -- Rotary Cutter

Notice Date
3/7/2024 8:08:29 AM
 
Notice Type
Sources Sought
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
W6QK LAD CONTR OFF CHAMBERSBURG PA 17201-4150 USA
 
ZIP Code
17201-4150
 
Solicitation Number
W25G1Q402400UP
 
Response Due
3/29/2024 1:00:00 PM
 
Archive Date
04/13/2024
 
Point of Contact
Laura Buehler, Phone: 7172679617, Michelle L. Fike, Phone: 7172675325
 
E-Mail Address
laura.j.buehler@us.army.mil, michelle.l.fike.civ@army.mil
(laura.j.buehler@us.army.mil, michelle.l.fike.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
General Information 1. 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 solicitation; a written solicitation will not be issued. 2. This requirement is being advertised as a Request for Quotation (RFQ). The anticipated award will be a Firm Fixed Price Purchase Order. Award will be made to the lowest price, technically acceptable offeror. 3. This acquisition is set-aside for 100% Small Business Concerns. The North American Industry Size Classification System (NAICS) code associated with this requirement is 333111. The Small Business Size Standard associated with this NAICS is 1,250 employees. 4. All equipment listed below shall be new. Requirement Information Line Item Description W25G1Q40200UP 0001 Letterkenny Army Depot has a requirement for purchase and delivery of 2 each flex wing rotary cutters in accordance with the attached minimum specifications. ���� Qty����� Unit of Issue�������������� Unit Price ������������������������������ Total Price 2��������� each��������������������������� ___________������������������������� ____________ Payment Terms __________ Estimated Delivery Time ____________ Place of Delivery/Performance/Acceptance/FOB Point: F.O.B. Destination is required to Letterkenny Army Depot, Chambersburg, PA 17201. Exact delivery address will be provided in the resulting award. Instructions to Offerors FAR provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. As prescribed in FAR 12.30l(b)(l), the following addendum is provided for this solicitation and hereby amends any language therein: 1. Questions regarding this requirement shall be submitted to the Contracting Officer, in writing, at least 5 calendar days prior to the closing date.� Questions submitted after this time will be answered at the discretion of the Contracting Officer.� The Contracting Officer for this action is Michelle Fike, email: Michelle.L.Fike.civ@army.mil. ���Please forward questions to Laura Buehler, Contract Specialist, email: laura.j.buehler.civ@army.mil. 2. Include offeror�s name, address, telephone number, unit price, payment terms, any discount information, CAGE code, tax identification number (TIN) with the quotation. Include the estimated delivery time after receipt of order. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation, may be excluded from consideration. IMPORTANT NOTICES 1. System for Award Management (SAM): In accordance with FAR 4.1102, Offerors must be registered in the SAM database in order to be eligible for contract award. No award will be made to an Offeror not registered. Registration can be accomplished at https://www.sam.gov/portal/public/SAM/. Registration in this database must be kept current. 2. Annual Representations and Certifications: In accordance with FAR 4.1201, Offerors shall complete electronic annual representations and certifications within SAM as part of required registration. Registration in this database must be kept current and can be accessed at https://www.sam.gov/portal/public/SAM/. 3. Award without Discussions: The Government intends to award without discussions; therefore Offerors should submit their best prices in their initial offer. FAR Provision 52.212-2, Evaluation-Commercial Items, is included. Offerors must submit all information requested therein in order for the Government to determine technical acceptability. 4. Amendments: The Offeror shall submit to the Contracting Officer signed copies of all amendments issued to this solicitation. Failure to comply may cause your proposal to be rejected. 5. Payment: Payment for this action will be made by Electronic Funds Transfer (EFT) through the Defense Finance and Accounting Services (DFAS) utilizing Wide Area Work-Flow WAWF). See FAR 252.232-7006 for more information. 6. Period for Acceptance of Offers. The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. 7. Set- Aside: The proposed contract is a 100% Small Business Set-Aside. 8. Response Time- Request for Quotation will be accepted via e-mail not later than 4:00 P.M. Eastern Time on 29 March 2024. All quotes must be marked with RFQ number and title. The government plans to use the Internet and e-mail as the primary means of disseminating and exchanging information. Hard copies of documents posted on SAM.GOV will not be made available. 9. Only email responses will be accepted. 10.� The vendor must provide supporting literature for review to demonstrate that the offered product meets the salient characteristics shown in the purchase description.� The Contracting Officer will evaluate �equal� products on the basis of information furnished by the offeror or identified in the quote and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote.� See FAR 52.211-6 for more information.� https://www.acquisition.gov 11.� Award: The Government intends to award a Firm-Fixed-Price purchase order. Award will be made based upon lowest price, technically acceptable. The Government reserves the right to determine technical acceptability.� To be determined technically acceptable, all items must meet all minimum Salient Characteristics. Failure to submit supporting documentation will render the quote non-responsive and it will no longer be considered for this procurement. The provisions and clauses listed below have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. All provisions and clauses are available at www.Acquisition.gov The following provisions and clauses are hereby included by full text or by reference as prescribed: FAR 52.202-1 Definitions FAR 52.203-2 Certificate of Independent Price Determination FAR 52.203-3 Gratuities FAR 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government FAR 52.203-7 Anti-Kickback Procedures FAR 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity FAR 52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions FAR 52.203-13 Contractor Code of Business Ethics and Conduct FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights FAR 52.204-7 System for Award Management FAR 52.204-9 Personal Identity Verification of Contractor Personnel� 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 52.204-17 Ownership or Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications. FAR 52.204-21�Basic Safeguarding of Covered Contractor Information Systems. FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and other Covered Entities 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 52.209-2, Prohibition on Contracting With inverted Domestic Corporations 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, Commercial Items FAR 52.212-3 Offeror Representations and Certifications�Commercial Items Alternate I FAR 52.212-4 Contract Terms and Conditions--Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (Deviation) Alt 1 FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-3 Convict Labor 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 52.222-37 Employment Reports on Veterans FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-5 Pollution Prevention and Right-to-Know Information FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-1 Buy American Act�Supplies FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications. FAR 52.232-1 Payments FAR 52.232-17 Interest FAR 52.232-23 Assignment of Claims FAR 52.232-33 Payment by Electronic Funds Transfer--System 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 52.242-15 Stop-Work Order FAR 52.247-34 F.O.B. Destination FAR 52.252-1 Solicitation 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 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 252.204-7003 Control of Government Personnel Work Product DFARS 252.203-7005 Representation Relation to Compensation of Former DoD Officials DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 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 252.211-7003 Item Unique Identification and Valuation DFARS 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials DFARS 252.225-7001 Buy American and Balance Of Payments Program-- Basic DFARS 252.225-7002 Qualifying Country Sources As Subcontractors DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7004 DOD Progress Payment Rates 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 Please be advised that the clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition and that any and all addendums to this Combined Synopsis/Solicitation apply to this clause as well. Please be advised that the clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and that any of the additional FAR clauses cited in the clause apply as well to this acquisition.� 52.212-2 EVALUATION--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (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 factor shall be used to evaluate offers: Lowest Price Technically Acceptable (LPTA) and Determination of Responsibility. To be determined technically acceptable, all items must meet all minimum Salient Characteristics. (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. Company Name: _________________ Name of Person Signing: ___________________ Duty Title: _______________________ Signature: _______________________ Date: ___________________________ CAGE code: ______________
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/67f998ca0c9d47c48beb740145673c93/view)
 
Place of Performance
Address: Chambersburg, PA 17201, USA
Zip Code: 17201
Country: USA
 
Record
SN06990129-F 20240309/240307230049 (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.