Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 16, 2024 SAM #8237
SOLICITATION NOTICE

69 -- ROWPU Trainer

Notice Date
6/14/2024 11:40:00 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
W7M6 USPFO ACTIVITY ILANG 182 GREATER PEORIA AIRPOR IL 61607-5004 USA
 
ZIP Code
61607-5004
 
Solicitation Number
W50S7T24QA002
 
Response Due
7/15/2024 10:00:00 AM
 
Archive Date
07/30/2024
 
Point of Contact
2Lt Nicholas Marzinzik, Phone: 3096336239, SMSgt Ben Yeutson, Phone: 3096335204
 
E-Mail Address
nicholas.marzinzik@us.af.mil, benjamin.yeutson@us.af.mil
(nicholas.marzinzik@us.af.mil, benjamin.yeutson@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(i) 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; offers are being requested and a written solicitation will not be issued.� PLEASE READ: This effort is a high priority requirement in support of the National Guard. Funds are not presently available to make an award. If funds become available for award, and prices are deemed fair and reasonable, it is the Government's intent to make an award. This is not a commitment of funds or contract award. All quotes provided shall be marked �Quote current until 30 September 2024.� (ii) This solicitation, W50S7T-24-Q-A002 is being issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05, effective 22 May 2024. (iv) This procurement is a total small business set-aside. The associated North American Industry Classification System (NAICS) code is 339999, All other miscellaneous manufacturing and the small business size standard is 550 Employees. The contracting officer reserves the right to award under a different NAICS if the company would qualify as a small business under the solicited NAICS. (v) Commercial Item Descriptions: CLIN0001 � Reverse Osmosis Water Purification Unit (ROWPU) Student Trainer, Part No. 701-1500-STS or equal; Qty: 1 EA; (vi) This purchase will be for a new Reverse Osmosis Water Purification Unit (ROWPU) student trainer to allow students to simulate operating and troubleshooting a 1500 gallons per hour (gph) (ROWPU) operational unit. ROWPU is a water purification device that uses a series of membranes to eliminates impurities. ROWPU is capable of removing dissolved minerals. Student Trainer unit functions and faults must be identical to a 1500 (gph) ROWPU operational unit. Additional information can be found on �Attachment 1_ROWPU Trainer.� (vii) The products are to be delivered no later than 180 days ARO to 2416 S. Falcon Blvd, Peoria, IL 61607.� The government prefers FOB Destination, but will accept FOB Origin as long as the estimated price is included as an additional CLIN within the quote response. (viii) The provision at 52.212-1, Instructions to Offerors � Commercial, is applicable.� A successful offeror will address all items within the addenda of this provision.� The addendum for this provision is as follows: Responders shall include all documents and information requested submitted in accordance with the instructions therein. Quotations shall be submitted prior to the closing date and time listed below.� All quotations shall be emailed to SMSgt Benjamin Yeutson at benjamin.yeutson@us.af.mil and 2d Lt Nicholas Marzinzik at nicholas.marzinzik@us.af.mil. All questions shall be submitted by 3 July 2024 at 1500 Central Standard Time (CST). The government is not obligated to answer questions. The submission of the documentation specified below will constitute the offeror�s acceptance of the terms and conditions of the description of requirement in the RFQ.� Questions should be posted by the due date listed above.� It is the Government�s intention to award without discussion.� Offerors are encouraged to present their best Quote and prices in their initial submission.� The Government reserves the right to hold discussions. NG Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns with the National Guard (NG) as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods as if filed at the GAO. The NG protest decision goal is to resolve protests within 35 calendar days from filing. An agency protest may be filed with either the Contracting Officer or the NG Agency�s Protest Decision Authority, but not both, in accordance with NG protest procedures. To be timely, the protests must be filed with the periods specified in FAR 33.103. To file a protest under the NG Agency Protest Program, the protest must request resolution under that program and be sent to the address below: ���������������������������������������������������� National Guard Bureau Office of the Director of Acquisitions/ Head of Contracting Activity ATTN: NGB-AQ-O 111 S. George Mason Dr. Arlington, VA 22204 Email: ng.ncr.ngb-arng.mbx.ngb-task-order-ombudsman@mail.mil All other agency-level protests should be sent to the Contracting Officer for resolution at the address in the solicitation. See FAR clause 52.233-2. NG Public-facing, general Protest information is found at: https://www.nationalguard.mil/Leadership/Joint-Staff/Special-Staff/Director-of-Acquisitions/ Directorate of Acquisitions information for the contracting enterprise is found at: https://gko.portal.ng.mil/ngb/STAFF/D01/D01/OI/Protests%20and%20Complaints/Forms/AllItems.aspx (ix) �The provision at 52.212-2, Evaluation -- Commercial Items, is applicable. Basis for award is best value. The Government intends to make a single firm-fixed price award. The following commercial item is requested in this solicitation: Reverse Osmosis Water Purification Unit (ROWPU) Student Trainer (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 factors shall be used to evaluate offers: 1. Technical Performance. 2.� Pricing 3.� Past Performance Technical and past performance, when combined, are approximately equal to price. (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. ADDENDUM TO FAR Part 52.212-2 Evaluation � Commercial Items (OCT 2014) This solicitation will be evaluated under Federal Acquisition Regulation (FAR) Part 13. The solicitation will be solicited as a small business set aside through Contract Opportunities. 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. Upon closing, the offers will be evaluated using best value evaluation criteria. The Government reserves the right to award one and up to three contract awards. The following factors shall be used to evaluate offers: Factor 1 -- Technical Performance: The contractor shall be responsible for ensuring their quote fully outlines the capability to adhere to the delivery deadline, quantities required, and specifications listed in the Description of Requirements. Technical performance shall be found to be either acceptable or unacceptable based on the answers to the following questions: Products shall be verified within the quote that they are able to ship the items, i.e., no later than 180 Days After Receipt of Order (ARO).� Can the contractor provide product datasheets for requesting activity approval? The Government will determine the vendor to be Technically Acceptable only if all answers to the above questions (1 - 3) are �Yes�. STANDARD: Pass: The standard is met when: the Offeror is able to answer yes to each of the posted questions noted above. Fail: The Offeror is unable to answer yes to any of the questions noted above. Factor 2 -- Pricing: The government will evaluate all technically acceptable offerors� prices. In terms of �price reasonableness�, the Government will focus on whether the price is too high or too low to be considered fair and reasonable. In terms of �completeness�, the Government will focus on whether the price appears to cover all of the work identified in the Description of Requirements. In terms of �balance�, the Government will focus on whether pricing is consistent with historical contract information and market research.� Pricing will not be scored or rated and will not be considered unless the quotes technically acceptability in factor 1 are graded as acceptable. Pricing shall include all aspects of the Smart Boards to include product, parts, and shipping. Factor 3 -- Past Performance The government will only evaluate past performance in the case of a tie of an exactly same proposed requirement and exactly same price provided. The Offeror shall provide up to three (3) relevant projects or contracts that include all of the following instruction: Government Agency/Company who awarded the contract Contract Number Description of Services Contract Value Period of Performance Place of Performance Contract Type Current POC with current email address and phone number Failure to submit all the above information will render the Offeror non-compliant and ineligible for award. Relevancy: The ratings for past performance will include the following past performance relevancy ratings: Past performance is a measure of the degree to which an Offeror, as an organization, has in the past 3 years satisfied its customers, and efficiently and effectively managed their contracts, on projects of similar scope and magnitude. Past performance history shall be used to gauge the level of risk. An Offeror�s past performance will be assessed as very relevant, relevant, somewhat relevant, or not relevant.� Very relevant shall mean that present or past performance effort involved essentially the same scope and magnitude of effort and complexities that this solicitation requires.� Relevant shall mean that present or past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires.� Somewhat relevant shall mean that present or past performance effort involved some of the scope and magnitude of effort and complexities this solicitation requires. Not relevant shall mean that present or past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires.� The results may be utilized to determine the Offeror�s rating on past projects with Government or other customers. Offeror�s with no relevant performance history or for whom information on past performance is not available will receive a neutral rating. A neutral rating will be evaluated as a �pass� for the purposes of determining technical acceptability. In the investigation of an Offeror�s past performance, the Government has the right to contact former customers, government agencies, and other private and public sources of information. Offerors must either provide the below information or affirmatively state that it possesses no relevant, directly related, or similar past performance. In addition, the vendor shall send past performance questionnaires to three relevant customers. STANDARD: Pass: The standard is met when: the Offeror has not been Terminated for Cause/ Default on past Project(s) within the past 3 years, and either (1) the Offeror receives an �Acceptable� or �Neutral� rating on all past performance surveys sent out for the government or (2) the Offeror has no relevant past performance. Fail: The Offeror has been terminated for Cause/ Default on past project(s) within the past 3 years, or an �unacceptable rating was received on any past performance survey(s). (x)� A successful offeror shall include a completed copy of the provision at 52.212-3 Alt-1, Offeror Representations and Certifications � Commercial Items, with its offer and address the items listed within the addenda of this provision. (xi)� The clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition. (xii)� The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause are applicable to the acquisition, which include: The following provisions/clauses are incorporated by reference: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.203-7005 Representation Relating to Compensation of Former DoD Officials. 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation. 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. 252.204-7024 Notice on the Use of the Supplier Performance Risk System. 252.223-7008 Prohibition of Hexavalent Chromium. 252.225-7000 Buy American--Balance of Payments Program Certificate. 252.225-7001 Buy American and Balance of Payments Program. 252.225-7002 Qualifying Country Sources as Subcontractors. 252.225-7055 Representation Regarding Business Operations with the Maduro Regime. 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime. 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation. 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.232-7010 Levies on Contract Payments. 2006-12 SEC I 252.244-7000 Subcontracts for Commercial Products or Commercial Services. 252.247-7023 Transportation of Supplies by Sea. 52.201-1 Acquisition 360: Voluntary Survey. 52.204-13 System for Award Management Maintenance. 52.204-16 Commercial and Government Entity Code Reporting. 52.204-18 Commercial and Government Entity Code Maintenance. 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-29 Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures. 52.204-7 System for Award Management. 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation. 52.223-5 Pollution Prevention and Right-to-Know Information. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 52.232-39 Unenforceability of Unauthorized Obligations. 252.225-7000 ALT I Buy American--Balance of Payments Program Certificate. (Alternate I) 52.232-18 Availability of Funds. 252.204-7006 Billing Instructions-Cost Vouchers 252.204-7003 Control of Government Personnel Work Product. 52.222-50 Combating Trafficking in Persons. 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities. 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. 252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation. 52.233-3 Protest after Award. 52.204-27 Prohibition on a ByteDance Covered Application. 52.207-4 Economic Purchase Quantity-Supplies. 52.204-30 Federal Acquisition Supply Chain Security Act Orders-Prohibition. 52.225-22 ALT I Notice of Required Use of American Iron, Steel, and Manufactured Goods-Buy American Statute-Construction Materials. (Alternate I) 52.225-23 ALT I Required Use of American Iron, Steel, and Manufactured Goods-Buy American Statute-Construction Materials under Trade Agreements. (Alternate I) 52.215-2 ALT I Audit and Records-Negotiation. (Alternate I) 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009. 52.225-22 Notice of Required Use of American Iron, Steel, and Manufactured Goods-Buy American Statute-Construction Materials. 52.214-26 ALT I Audit and Records-Sealed Bidding. (Alternate I) 252.239-7098 DEV 2021-O0003 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) The following provisions/clauses are incorporated by full text: 252.211-7003 Item Unique Identification and Valuation. 252.232-7006 Wide Area WorkFlow Payment Instructions. 52.219-1 Small Business Program Representations. 52.204-30 Federal Acquisition Supply Chain Security Act Orders-Prohibition. (Alternate I) 52.219-14 Limitations on Subcontracting (DEVIATION 2021-O0008) 52.225-21 Required Use of American Iron, Steel, and Manufactured Goods-Buy American Statute-Construction Materials. 52.225-23 Required Use of American Iron, Steel, and Manufactured Goods-Buy American Statute-Construction Materials under Trade Agreements. (xiii) The contractor shall provide a one-year warranty for all products provided. (xiv) Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. (xv) All questions regarding this RFQ shall be submitted via email to 2d Lt Nicholas Marzinzik at nicholas.marzinzik@us.af.mil and SMSgt Benjamin B. Yeutson at benjamin.yeutson@us.af.mil. All questions are due by 3 July 2024 by 3:00 PM Central Standard Time (CST) and will be posted as an amendment to this solicitation via email on or about 8 July 2024. Quotes are due at 12:00 PM CST on Monday, 15 July 2024.� In the event that the Contract Opportunities portal is down or an offeror cannot post their quotes, send an email with the quotation to the following individuals: 2d Lt Nicholas Marzinzik at nicholas.marzinzik@us.af.mil and SMSgt Benjamin B. Yeutson at benjamin.yeutson@us.af.mil. (xvi) Information regarding the solicitation may be directed to the points of contact noted above.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c04d63aaab314eefb35864839b7e111a/view)
 
Place of Performance
Address: Peoria, IL 61607, USA
Zip Code: 61607
Country: USA
 
Record
SN07098464-F 20240616/240614230126 (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.