Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2014 FBO #4677
SOLICITATION NOTICE

42 -- Hurst (Jaws of Life) or Equal Extrication Equipment

Notice Date
9/12/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6883614T0324
 
Response Due
9/26/2014
 
Archive Date
10/3/2014
 
Point of Contact
Bob Hallstein (904) 542-4838
 
E-Mail Address
Contract Specialist
(robert.hallstein@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Hurst (Jaws of Life) or Equal Extrication Equipment This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The solicitation number is N68836-14-T-0324 and is issued as a Request for Quotes (RFQ). This proposed contract action is for a brand name or equal product. The brand name is Hurst Jaws for Life, model numbers, and salient characteristics of the product(s) are provided in the statement of work. FAR 52.211-6 -- Brand Name or Equal is hereby incorporated by reference. Provide information required by FAR 52.211-6 when submitting offers for brand name or equal products. Should the offeror elect to propose an equal or better product, the burden of proof the alternative is equal or better resides with the offeror. The Government intends to award a firm-fixed-price contract. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-76 and DFARS Change Notice 20140805. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 339113 and the Small Business Standard is 500 employees. The proposed contract is 100% set aside for small business concerns. The NAVSUP Fleet Logistics Center - Jacksonville requests responses from qualified sources capable of providing: Hurst (Jaws of Life) Extrication Equipment or equal items (See attached Statement of Work for detailed item list). Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-13 SAM Maintenance 52.211-6Brand Name or Equal 52.212-1 Instructions to Offerors--Commercial Items 52.212-2Evaluation-Commercial Items 52.212-3, Alt I Offeror Representations and Certifications “ Commercial Items 52.212-4 Contract Terms and Conditions “ Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-6Notice of Total Small Business Set-Aside 52.219-28Post Award Small Business Program Representation 52.222-3Convict Labor 52.222-19Child Labor ”Cooperation with Authorities and Remedies 52.222-21Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-36Affirmative Action for Workers with Disabilities. 52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13Restrictions on Certain Foreign Purchases 52.232-33Payment by Electronic Funds Transfer ”System for Award Management 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference Offerors are reminded to include a completed copy of 52.212-3 and it ™s ALT I with quotes. All clauses shall be incorporated by reference/full text in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt ASystem for Award Management Alternate A 252.204-7011Alternative Line-Item Structure 252.204-7012Safeguarding of unclassified controlled technical information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.209-7993REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW ”FISCAL YEAR 2014 APPROPRIATIONS 252.223-7008 Prohibition of Hexavalent Chromium 252.232-7003Electronic Submission of Payment Requests and Receiving Reports 252.232-7006Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000Subcontracts for Commercial Items 252.247-7023Transportation of Supplies by Sea 5252.NS-046PProspective Contractor Responsibility This announcement will close at 1:00 p.m. (EST) on 26 September 2014. STANDARD COMMERCIAL WARRANTY The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government Acceptance of the standard commercial warranty does not waive the Government ™s rights under the śInspection ť clause nor does it limit the Government ™s rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The standard commercial warranty period shall begin upon final acceptance of the applicable material and/or services listed in the Schedule. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its offer. The warranty covers a period of \ / months. (Offeror is to insert number). COMMERCIAL ITEM TEST PROGRAM This acquisition will be accomplished under the authority of the test program for commercial items śSection 4202 of the Clinger-Cohen Act of 1996, ť as implemented by FAR 13.5. PART A: GENERAL INSTRUCTIONS 1. GENERAL Offerors are expected to comply with all requirements of the RFQ. The Government advises offerors that taking exception or deviating from any term or condition of the RFQ may make an offer unacceptable, and the Offeror ineligible for award, unless the RFQ expressly authorizes such an exception or deviation with regard to that specific term or condition. The Government may consider any exception or deviation to any term or condition of the RFQ that is not expressly authorized by the RFQ to be unacceptable. 2. QUOTE CONTENT AND FILES Each file must contain the following information: Offeror ™s name, POC, address and the country that the company resides in RFQ number and title Cage Code, Duns and Tax ID number Business size Name of the person with authority to bind the company Name, title, email address and telephone number of the individual(s) responsible for inquiries to the quote 3. QUOTE SUBMISSION Clearly mark all emails with the RFQ number. The submission date for all files shall be no later than the date and time specified in the RFQ. The offeror will complete Schedule B “ Bid Schedule and fill-in a unit price and total extended amount for all Contract Line Items (CLINS) identified in the Statement of Work. Quotes shall be submitted via email to robert.hallstein@navy.mil. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. Offerors shall acknowledge all amendments to the RFQ via email to the Contract Specialist. 4. CLASSIFIED DATA All quotes must be UNCLASSIFIED. 5. SOLICITATION CHANGES For any changes and additional information for the solicitation please go to the FedBizOpps website: https://www.fbo.gov 6. SOLICITATION QUESTIONS Questions regarding this solicitation shall be submitted in writing. The Government will answer all questions prior to the deadline for quote submittal provided those questions are received by 12:00P.M. EST (local Jacksonville, FL), 19 September 2014. Recommend submitting questions as soon as possible to allow sufficient time to respond. Written questions may be submitted by email only to: robert.hallstein@navy.mil. The Government reserves the right not to respond to any questions received concerning this solicitation after the question receipt date and time above. Accordingly, offerors are encouraged to carefully review all solicitation requirements and submit questions in writing to the Government early in the quote cycle. The Government will post the answers to questions on the solicitation on the FedBizOpps website located at https://www.fbo.gov. 7. ADMINISTRATIVE: PART B SPECIFIC INSTRUCTIONS Factor (1): Technical Capability Technical capability will be determined solely on the content and merit of the information submitted in response to the RFQ. Therefore, it is incumbent on the offeror to provide sufficient technical documentation in order for the Government to make an adequate technical assessment of the offeror ™s documentation. Acceptable: The Offeror is providing the required items as specified in the SOW. Unacceptable: The Offeror does not provide the required items as specified in the SOW Factor 2: Past Performance Offerors shall provide information on three previous Government contracts whose effort was relevant to the effort required by this solicitation. The Government reserves the right to obtain additional past performance information from some or all of the references provided, as appropriate, and may collect information through questionnaires, telephone interviews and existing data sources to include but not limited to the Past Performance Information Retrieval System (PPIRS) and Contractor Performance Assessment Reporting System (CPARS) as necessary to evaluate Offeror ™s past performance. The Government does not assume the duty to search for data to cure the problems it finds in the information provided by the Offeror. The burden of providing thorough and complete past performance information remains with the Offeror. Acceptable - The Company ™s performance was satisfactory and you would consider doing business with them again. There were minor performance problems, which were satisfactorily corrected. In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can reasonably be assigned, the Offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the Offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, śunknown ť shall be considered śacceptable Unacceptable -The Company ™s performance was entirely unsatisfactory and you would not do business with them again under any circumstances. There were serious performance issues with the contractor for which the contractor ™s corrective actions were ineffective. PART C: BASIS FOR AWARD To be eligible for award, an Offeror ™s quote must be determined acceptable for technical capability and past performance. The Government shall evaluate quotes and award will be made to the responsible Offeror whose acceptable offer, in terms of technical capability and past performance, represents the lowest overall price to the Government, price and price related factors considered. PART D: RESPONSIBILITY Pursuant to FAR 9.103, contracts will only be placed with contractors that the Contracting Officer determines to be responsible. Offerors must be able to demonstrate that they meet the standards of responsibility set forth in FAR 9.104. The responsibility determination will be made by the Contracting Officer. While the Government intends to award a contract under this solicitation using the lowest price technically acceptable approach, the Government reserves the right to reject an offer that does not meet the standards of responsibility. Contact: Bob Hallstein who can be reached at (904) 542-4838 or email robert.hallstein@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM) [Formerly CCR “ Central Contractor Registration]. Offerors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/portal/public/SAM/. Delivery: Delivery will be F.O.B. Mayport, Florida within 45 days after receipt of contract.. Attachments: Attachment I - Statement of Work ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d15c637cffbd11522a5bf62001d68807)
 
Place of Performance
Address: Naval Station Mayport Fire Department, Mayport, Florida
Zip Code: 32228
 
Record
SN03509552-W 20140914/140913000228-d15c637cffbd11522a5bf62001d68807 (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 |
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.