MODIFICATION
99 -- Commercial item - Insulation blanket, Thermal
- Notice Date
- 2/8/2017
- Notice Type
- Modification/Amendment
- NAICS
- 313210
— Broadwoven Fabric Mills
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), GSA/FAS/QSAB, Internal and Emergency Acquisition Division, 1800 F Street NW, Washington, District of Columbia, 20405, United States
- ZIP Code
- 20405
- Solicitation Number
- GSASPB-17-Q-0013
- Point of Contact
- Assale Pawi, Phone: 2026749272
- E-Mail Address
-
assale.pawi@gsa.gov
(assale.pawi@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS SECTION A General Information Document type: Combined Solicitation/Synopsis Solicitation Number:GSASPB-17-Q-0013 Posted Date:February 08, 2017 Response Date:February 20, 2017 - 10:00AM Product:Insulation blanket, Thermal NSN: 5640-01-411-5502 Set Aside:Total Small Business NAICS Code:313210 - Broadwoven Fabric Mills Contracting Office Address Center for Innovative Acquisition Development General Service Administration, FAS, 1800 F Street NW Washington, DC 20405-0001 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; "quotations" are being requested, and a written solicitation document will not be issued. This solicitation is a "request for quotations (RFQ)." The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 88B. The associated North American Industrial Classification System (NAICS) code for this procurement is 313210 - Broadwoven Fabric Mills. The Department of the Navy is seeking to purchase twenty one (21) sheets of thermal insulation blankets. All responsible sources may submit a response which, if timely received, must be considered by the agency. All interested companies shall provide quotation(s) for the following: SECTION B Line ItemDescription Quantity Unit Price Total Price 0001 NSN: 5640-01-411-5502. 21 sheets $ $ Thermal insulation blankets. 0002 Delivery to: Puget Sound Naval 1 $ Shipyard IMF, Maint Fac Rec Officer. Bldg. 514. 1400 Farragut Ave. Bremerton, WA 98314-5001 TOTAL PRICE: $ PRODUCT SALIENT CHARACTERISTICS: NSN: 5640-01-411-5502 Width: 42 Inches nominal Thickness: 0.500 Inches nominal Length: 56 Inches nominal Layer thickness: 0.500 Inches nominal Layer quantity: 3 Layer material: Plastic, Polyimide Foam\Non definitive specs/STD data: 1 type and 1 class Place of Delivery Puget Sound Naval Shipyard IMF, Maint Fac Rec Officer. Bldg. 514. 1400 Farragut Avenue, Bremerton, WA 98314-5001 Desired delivery date: 15 days ARO (After receipt of order). SECTION C Award shall be made to the offeror, whose quotation, is evaluated as the lowest priced technically acceptable offer. The government will evaluate information based on the following evaluation criteria: (1) Technical conformance, (2) Past Performance, and (3) price. To be considered a complete and responsive quotation, quotations must include or demonstrate both Factor #1 and Factor #2 below. The following factors and sub-factors will be used to determine technical acceptability: Factor #1-Technical Conformance of the Item Offered Subfactor #1.1 - Ability of Item to Meet Required Specifications - In order to receive a rating of "acceptable" for this subfactor, the quote must at a minimum, demonstrate item specifications that meet or exceed the required item specifications. Provide specifications that meet or exceed those provided in the Product Salient Characteristics section. Subfactor #1.2 - Ability to Meet Delivery Schedule - In order to receive a rating of "acceptable" for this subfactor, the offeror shall provide a schedule for delivery that meets the desired delivery date. Factor #2 - Price Subfactor #2.1 - Completed Pricing Line Item Chart (See Section B) - Offeror is to identify a unit price per line item and the total overall price of the offer. SECTION D The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1. FAR 52.212-1, "Instructions to Offerors-Commercial Items" (JAN 2017) 2. FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items" (JAN 2017) Offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/SAM/#1, in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." The following contract clauses apply to this acquisition: CLAUSES INCORPORATED BY REFERENCE: FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JAN 2017) ADDENDUM TO FAR CLAUSE 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (INCORPORATED BY REFERENCE ON STANDARD FORM 1449): The following clauses are added to the terms and conditions in FAR 52.212-4 FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2016) FAR 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) FAR 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) FAR 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2017) FAR 52.247-34 F.O.B. Destination (NOV 1991) The following subparagraphs of FAR 52.212-5 are applicable: (a)(1)-(4) (b)(1)-(3), (8), (14), (22), (25), (26), (27), (28), (30), (33), (42), (45), (48), (50), (51), (54), (57), (62) (d) (1)-(3) (e)(1), and (2) CLAUSES INCORPORATED BY FULL TEXT: 52.212-2 EVALUATION-COMMERCIAL ITEMS. (JAN 1999) (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: *Technical Conformance - See Section B for NSN information. Rating will be Acceptable or Not Acceptable Acceptable - In order to receive a rating of "Acceptable", quote must at a minimum, demonstrate item specifications that meet or exceed the required item specifications. Provide specifications that meet those provided in Product Salient Characteristics section. Not Acceptable - In order to receive a rating of "Not Acceptable", quotes at a minimum, did not demonstrate item specifications that meet or exceed the required item specifications. Also, the quote did not provide specifications that meet those provided in Product Salient Characteristics section. *Past Performance - No Exclusions listed on the System for Award Management (SAM), and must otherwise be eligible to receive an award Acceptable - No exclusions in SAM and otherwise eligible to receive award of a contract Not Acceptable - Exclusions exist in SAM or otherwise not eligible to receive an award of a contract *Price - Lowest Price Technically Acceptable (LPTA) -- Award will be made on the basis of the lowest evaluated price of offer meeting or exceeding the acceptability standards for non-cost factors. The non-cost factors are Technical Conformance and Past Performance. Technical and past performances, when combined, are equal, as price shall then be the determining factor. Offerors must receive an Acceptable rating for both Technical Conformance and Past Performance to be considered eligible for award based upon the lowest 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. FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (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 (es): https://www.acquisition.gov/?q=browsefar FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS. (DEC 2013) (a)Upon receipt of accelerated payments from the Government, the contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all required documentation from the small business subcontractor. (b)The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (c)Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. D-FSS-468 NON-MANUFACTURED WOOD PACKAGING MATERIAL FOR EXPORT (MAY 2004) (a)Definitions: "Packaged material, and Solid Wood Packing Material (SWPM)," for purposes of this clause, is defined as each separate and distinct material that by itself or in combination with other materials forms the container providing a means of protecting and handling a product. This includes, but is not limited to, pallets, dunnage, crating, packing blocks, drums, load boards, pallet collars, and skids. "Non-Manufactured wood," is also called solid wood and defined as wood packing other than that comprised wholly of wood-based products such as plywood, particle board, oriented strand board, veneer, wood wool, and similar materials, which has been created using glue, heat and pressure or a combination thereof. IPPC Country: Countries of the European Union (EU) or any other country endorsing the International Plant Protection Convention (IPPC) "Guidelines for Regulating Wood Packaging Material in International Trade," approved March 15, 2002. A listing of countries participating in the IPPC is found at http://www.aphis.usda.gov/ppq/swp/. (b)Non-manufactured wood pallets and other non-manufactured wood packaging material used to pack items for delivery to or through IPPC countries must be marked and properly treated in accordance with IPPC guidelines. (c)This requirement applies whether the shipment is direct to the end user or through a Government designated consolidation point. Packaging that does not conform to IPPC guidelines will be refused entry, destroyed or treated prior to entry. (d)For Department of Defense distribution facilities or freight consolidation points, all non-manufactured wood pallets or packaging material with a probability of entering countries endorsing the IPPC Guidelines must be treated and marked in accordance with DLA PROCLTR 02-17 (available at http://www.dla.mil/j-3/j-336/ProcLtrs/02-17.pdf), and MIL-STD-2073-1, Standard Practice for Military Packaging (and any future revision). (e)Pallets and packing material shipped to FSS distribution facilities designated for possible delivery to the countries endorsing the IPPC Guidelines will comply with DLA PROCLTR 02-17, and MIL-STD-2073-1. (f)Delays in delivery caused by non-complying pallets or wood package material will not be considered as beyond the control of the Contractor. Any applicable Government expense incurred as a result of the Contractor's failure to provide appropriate pallets or package material shall be reimbursed by the Contractor. Expenses may include the applicable cost for repackage, handling and return shipping, or the destruction of solid wood packaging material. 552.211-73 MARKING (FEB 1996) (a)General requirements. Interior packages, if any, and exterior shipping containers shall be marked as specified elsewhere in the contract. Additional marking requirements may be specified on delivery orders issued under the contract. If not otherwise specified, interior packages and exterior shipping containers shall be marked in accordance with the following standards. (1)Deliveries to civilian activities. Supplies shall be marked in accordance with Federal Standard 123, edition in effect on the date of issuance of the solicitation. (2)Deliveries to military activities. Supplies shall be marked in accordance with Military Standard 129, edition in effect on the date of issuance of the solicitation. (b)Improperly marked material. When Government inspection and acceptance are at destination, and delivered supplies are not marked in accordance with contract requirements, the Government has the right, without prior notice to the Contractor to perform the required marking, by contract or otherwise, and charge the Contractor, therefore at the rate specified elsewhere in this contract. This right is not exclusive, and is in addition to other rights or remedies provided for in this contract. D-FSS-456 PACKAGING AND PACKING (APR 1984) (a)Packaging. Shall be in accordance with accepted commercial practice. (b)Packing. Shall be packed to ensure carrier acceptance and safe delivery to the destination in containers complying with rules and regulations applicable to the mode of transportation. PRODUCT CONFORMANCE: The products provided shall meet the salient characteristics of this description, conform to the producer's own specifications, standards, and quality assurance practices and be the same product offered for sale in the commercial market. The Government reserves the right to require proof of such conformance. PREPARATION FOR DELIVERY: The item(s) shall be packaged and packed to afford adequate protection against physical damage during shipment from the supplier to the first receiving activity. The pack shall comply with the rules and regulations applicable to the mode of transportation. The package shall be the same as that normally provided by the supplier. In the event a pallet or skid is used for shipping, the following notice shall apply: Notice of special requirements for shipment to all countries that have endorsed the IPPC Guidelines for treatment of non-manufactured wood packaging: The International Plant Protection Convention (IPPC) has approved and published on March 15, 2002, "Guidelines for Regulating Wood Packaging Material in International Trade". Countries endorsing the IPPC Guidelines are found at http://www.aphis.usda.gov/ppq/swp/. Additionally, shipments delivered to DOD distribution facilities or freight consolidation points for eventual delivery to or through EU/IPPC countries shall comply with applicable DLA Regulations and Procurement Letter PROCLTR 02-17. SECTION E Please provide the following information: Contractors' Data Universal Numbering System (DUNS) No.: _____________________________ Taxpayers Identification Number (TIN): _______________________________________________ Offerors' P.O.C.: __________________________________________________________________ Phone Number: ___________________________________________________________________ E-mail: __________________________________________________________________________ All offerors shall submit the following: 1 Copy of the following: -Technical response as identified in evaluation factors for award, including those items that the offeror is to specify. -Completed Copy of FAR 52.209-11. All quotations shall be sent electronically to George Anderson (george.anderson@gsa.gov), Contracting Officer and Assale Pawi (Assale.pawi@gsa.gov), Contract Specialist. This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes, must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter, shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 10:00 A.M. Eastern Time 02/20/2017 to George Anderson (george.anderson@gsa.gov), Contracting Officer and Assale Pawi (Assale.pawi@gsa.gov), Contract Specialist. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Point of Contact Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Assale Pawi (Assale.pawi@gsa.gov). Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2017-02-08 11:45:26">Feb 08, 2017 11:45 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2017-02-08 15:40:47">Feb 08, 2017 3:40 pm Track Changes
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/063b52e41a9f6865446c282288078b20)
- Place of Performance
- Address: Puget Sound Naval Shipyard IMF, Maint Fac Rec Officer. Bldg. 514., 1400 Farragut Avenue, Bremerton, WA 98314-5001, Bremerton, Washington, 98314-5001, United States
- Zip Code: 98314-5001
- Zip Code: 98314-5001
- Record
- SN04395594-W 20170210/170208234432-063b52e41a9f6865446c282288078b20 (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 |