SOLICITATION NOTICE
42 -- Safety Supplies and Equipment - Safety Supplies and Equipment
- Notice Date
- 1/26/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition & Procurement Office, Rosslyn Plaza North, Suite 12063, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
- ZIP Code
- 20301-1155
- Solicitation Number
- HQ0034-11-T-0010
- Archive Date
- 2/26/2011
- Point of Contact
- Keisha Simmons, Phone: 7036953222, Alvina Woodson, Phone: (703) 693 3950
- E-Mail Address
-
keisha.simmons@whs.mil, alvina.woodson@whs.mil
(keisha.simmons@whs.mil, alvina.woodson@whs.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- List of Supplies and Equipment required Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with FAR 13.5. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation No. HQ0034-11-T-0010 applies and is issued as a Request for Quote (RFQ). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-47. In the interest of advancing achievement of agency small business program goals,this requirement is a Small Business Set-Aside. The North American industry Classification System NAICS code is 334519. The Washington Headquarters Services (WHS) Acquisition and Procurement Office (A&PO), is issuing a solicitation for the procurement of a various safety supplies and equipment for the Pentagon Renovation and Construction Program Office (PENREN) Safety Division. The award will be made on a "best value" basis. The Government may reject any or all quotes if such action is in the public interest; accept other than the lowest quote; and waive informalities and minor irregularities in offers received. Best value will be determined by considering in descending order of importance price, socio-economic status and delivery. It is the intention of the Government to issue one award fulfilling this requirement; the Government may accept any item or group of items of an offer, unless the offer 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. This is a Brand Name or Equal Requirement; if an "or equal" brand is quoted, the product literature is to be provided relative to the item to ensure all salient characteristics for use are met. Failure to provide literature on "or equal" items will result in quote not being considered. The Vendor agrees that the supplies to be furnished under this order shall be covered by the most favorable commercial warranties the vendor gives to any customer for such supplies and that the rights and remedies provided herein are in addition to and do not limit any rights afforded to the Government by any other provision of this RFQ. Also, please provide the following information; Delivery Terms ARO, Prompt Payment Terms/Discounts. All offerors are required to certify their size and socio-economic status as of the date of submitting their quote in their response to this solicitation. CLIN STRUCTURE: (SEE ATTACHED EXCEL SPREADSHEET LISTING OF 55 ITEMS). The following Federal Acquisition Regulations (FAR) and (DFARS) apply to this solicitation. 52.204-7 Central Contractor Registration 52.204-9 Personal Identity Verification of Contractor Personnel, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, FAR 52.212-1, Instruction to Offerors-Commercial; Government; 52.212-2 Evaluation-Commercial Items: (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: (reference Evaluation Criteria attachment for details). (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. (End of provision52.212-2); (xiii) A statement regarding any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. FAR 52.247.34 F.O.B. Destination; Ensure that your firm's Online Representations and Certifications Application (ORCA) (http://orca.bpn.gov/) is current, as this will be the method of verification by the Government 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; 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 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (ii) Alternate I (Jan 2004) of 52.225-3, (iii) Alternate II (Jan 2004) 52.225-3 FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232- 33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest after Award DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive orders Applicable to Defense Acquisition of Commercial Items; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7021, Trade Agreements DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer DFARS 252.247-7023, Transportation of Supplies by Sea. Full Text of these provisions may be accessed on-line at http: www.arnet.gov. Award can only be made to those offerors that are registered through the Central Contractor Registration System. For contractors that are not registered, you may log onto the Internet at www.ccr.gov. Quotes are due no later than 11 AM EST, 11 February 2011 via E-mail. Questions on this requirement will ONLY be accepted via email until 9AM EST, 02 February 2011 and shall be addressed to Keisha Simmons, Contract Specialist, E-Mail Keisha.Simmons@whs.mil and Contracting Officer Alvina.Woodson@whs.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ0034-11-T-0010/listing.html)
- Place of Performance
- Address: Pentagon Renovation Office, Larry Hensley, 100 Boundary Channel Drive, Arlington, VA 22202-3712, United States
- Zip Code: 22202-3712
- Zip Code: 22202-3712
- Record
- SN02367303-W 20110128/110126234411-a6ca6674e6aa9178e23520451181fd5d (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |