MODIFICATION
56 -- HPI FLOORING (GYMNASIUM)
- Notice Date
- 9/11/2017
- Notice Type
- Modification/Amendment
- NAICS
- 238340
— Tile and Terrazzo Contractors
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, NAVSOC, 2000 Trident Way; Bldg 603M, San Diego, California, 92155, United States
- ZIP Code
- 92155
- Solicitation Number
- H92240-17-Q-2045
- Archive Date
- 10/4/2017
- Point of Contact
- CHARLES O LOSS, Phone: 7577632412
- E-Mail Address
-
CHARLES.LOSS@SOCOM.MIL
(CHARLES.LOSS@SOCOM.MIL)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation on FedBizOpps; quotes are being requested and a written solicitation will not be issued. Solicitation H92240-17-Q-2045 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective 19 January 2017 and DFARS Change Notice 20161222, effective 22 December 2016. NAICS code 238340 Small business size standard $15 mil The Government intends to award a Firm Fixed Price contract in support of this effort. Site Visit: There will be a mandatory Site Visit at 2:00pm, on 13 September 2017. The location for the Site Visit will be 1600 Seabee Dr., Bldg 3889, Virginia Beach, VA 23459 Shipment: All transportation charges to be paid by the contractor without additional expense to the Government. Quotes submitted on a basis other than F.O.B. Destination will be rejected and may be deemed unacceptable. Schedule: Insert prices and other required information in the Production Description (Attachment I). Solicitation Close Date/Time: Quotations are due on 18 September 2017 by 2:00 P.M. Quotations must be valid for 60 days. Email is the only acceptable method of submission. No facsimile quotes will be accepted. All quotes must be emailed with the RFQ Number in the subject line. Contractors are responsible for verifying receipt of their quotation to this office before offer due date and time. FAR/DFAR/SOFAR Clauses: The following PROVISIONS AND CLAUSES apply to this acquisition and will be incorporated into any resultant purchase order. 52.202-1 Definitions (NOV 2013) 52.204-7 System for Award Management (OCT 2016) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-13 System for Award Management Maintenance (OCT 2016) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.204-19 Incorporation by Reference of Representation and Certifications (DEC 2014) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) 52.212-1 Instructions to Offerors-Commercial Items (JAN 2017) 52.212-3 Offeror Representations and Certifications Commercial Items Alt I (JAN 2017) 52.212-4 Contract Terms and Conditions - Commercial Items (JAN 2017) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2017) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Installation Payments for Commercial Items (JAN 2017) 52.237-1 Site Visit (APR 1984) 52.247-34 F.O.B. - Destination (NOV 1991) 52.252-1 Solicitation Provisions Incorporated by Reference), http://farsite.hill.af.mil/ and www.acq.osd.mil (FEB 1998) 52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil/ and www.acq.osd.mil (FEB 1998) 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS INSTRUCTIONS TO QUOTERS: (1) Technical (5 page limit) Submission requirements: The Quoter shall provide equipment that meets the minimum specifications identified in Attachment I "Product Description". The proposed requirement will be awarded in accordance with FAR 52.211-6 "brand name or equal". If items called for by this RFQ have been identified in the solicitation by a "brand name or equal" description, such identification is intended to be descriptive, not restrictive, and to indicate the quality and characteristics of products that will be satisfactory. Quotes offering "equal" products (including products of the brand name manufacturer other than the one described by the brand name) will be considered if such product(s) is (are) clearly identified in the quote and is (are) determined by the requiring activity to meet fully the salient characteristics requirements stated in the RFQ. Unless the vendor clearly indicates in their quote that they are offering an "equal" product, the quote shall be considered as offering a brand name product referenced in the RFQ. If the offeror proposes to furnish an "equal" product, the brand name of the product to be furnished shall be provided in the quote. (2) PRICE: Submission Requirements: The Quoter shall provide firm-fixed prices for all line items within the Schedule. The Government may require additional "other than cost and pricing data" prior to award. EVALUATION OF QUOTES (1) Factor 1 - Technical. Government will evaluate the extent to which the Quoter is capable of meeting the requirements of Attachment I "Product Description" (SOW). The equipment listed in the quote shall be BRAND NAME or EQUAL to the items listed in the SOW. The Government will award to the Quoter who represents the Lowest Price, Technically Acceptable (LPTA) to the Government. Quote Preparation and Submission Instructions. (1) Quoters are required to attend a site visit for the quote preparation period. All questions will be answered at that time. (2) Quotes shall be submitted in accordance with the instructions herein, and non-conformance with the specified required content may be cause for rejection of the quote. The quote shall be valid for no less than 30 days from the date of RFQ closing, a statement affirming this fact shall be included in the Introduction. The quote shall provide comprehensive responses to the areas provided for in this section. The quote shall be a complete response to the requirements of this RFQ, taking into consideration required quantities and delivery schedules specified in this solicitation. (3) Quoters must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale in their quote. Quote Format And Content. The quotation shall consist of 3 parts: (I) Introduction, (II) Technical, and (III) Price information. Electronic quotes shall contain separate files for each volume. Individual emails shall not exceed 10 MB. The quote page format will be 8 1/2" x 11" except for fold-outs used for charts, tables, or diagrams, which may not exceed 11" x 17". A page is defined as one face of a sheet of paper containing information. Type shall not be less than 12 pitch. Elaborate formats or color presentations are not desired or required. (1) INTRODUCTION: Complete business address of the Quoter, the corporate name to be used on any resultant contract, and the remittance address if different from that above. If this name does not identify a "parent company" or sponsoring "corporation" name, also provide such identity, as appropriate. The Quoter's Commercial and Government Entity (CAGE) Code and Dun & Bradstreet (DUNs) Number. Name, telephone numbers and e-mail address of person(s) to be contacted for clarification or questions to the quote. Fill-In Clauses: Provide all fill-ins or certifications required by the solicitation for inclusion in any resulting contract. Vendors must be registered in the System for Award Management (SAM) to be eligible for award; Quotes received without the completed copy of the provision at FAR 52.212-3 ALT I or completed SAM representation may be considered non-compliant. Quoters must also provide all fill-ins for: 5652.204-9000 INDIVIDUAL AUTHORIZED TO SIGN Terms and Conditions: The Quoter must include a statement that it either (a) agrees to the terms and conditions of this solicitation (which consists of the entire RFQ, including all documents, exhibits, and other attachments that are incorporated therein by reference and made a part thereof) and any solicitation amendments; or (b) takes exceptions to any terms or conditions of the solicitation, and clearly identifies those exceptions. Exceptions to any of the terms and conditions of this RFQ may be considered by the Government to be unacceptable. Specific quote validity period. (2) Factor 1 - Technical Capability. The quote will be evaluated to confirm the quoter can meet all the salient characteristics specified in the product description. (3) Factor 2 - Price. The Quoter shall provide firm-fixed prices within the Schedule. The Government may require additional "other than cost and pricing data" prior to award. (o) Restriction on disclosure and use of data. Quoters that include in their quotes data that they do not want disclosed to the public for any purpose, or used by the Government except for evaluation purposes, shall - (1) Mark the title page with the following legend: This quote includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed -- in whole or in part -- for any purpose other than to evaluate this quote. If, however, a contract is awarded to this quoter as a result of -- or in connection with -- the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government's right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets]; and (2) Mark each sheet of data it wishes to restrict with the following legend: Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this quote. (p) To be considered timely. E-mail quote must be received in its entirety in the above designated E-mail inbox by the due date and time for final quote submission. An E-mail quote that resides on a Government server, but has not appeared in the designated E-mail inbox by the due date and time for quote submission will be considered late in accordance with FAR 15.208(b). Therefore, it is incumbent upon the Quoter to ensure that its entire quote is received by the Agency by the designated due date. (End of provision) 52.212-2 Evaluation -- Commercial Items (OCT 2014): (a) The Government will award a delivery order resulting from this competitive RFQ to the offeror who is deemed responsible in accordance with FAR Part 9, whose quote conforms to the solicitation's requirements, and is the lowest evaluated price with an "Pass/Fail" rating. If an offeror fails to meet all solicitation requirements, the Government may not make an award to that offeror. The successful quote shall be rated as lowest price technically acceptable (LPTA). The following factors shall be used to evaluate offers. Technical and Price will be evaluated equally. Factor I: Technical (Acceptable/Unacceptable) Factor II: Price Factor I - Technical: Each quoter shall demonstrate in their quote that their proposed product meet the minimum specifications identified in Attachment I of the RFQ. This includes certifying that all proposed equipment and parts are compliant with the Trade Agreements Act and acknowledging that installation of the equipment is included. The technical quotes will be rated acceptable or unacceptable using the ratings and descriptions outlined in the table below. In order to be considered Acceptable, quoters must receive an acceptable rating for the technical factor in its entirety. Quotes that fail to meet the requirements in Attachment 1 will be considered Unacceptable. Rating Description Acceptable The quote meets the requirements in Attachment 1, Product Description Tire Alignment Rack. Unacceptable The quote does not meet the requirements in Attachment 1, Tire Alignment Rack. Factor II - Price Evaluation Criteria: Price quotes will be evaluated on the basis of price reasonableness in accordance with FAR 13. Quoters responding to this solicitation are advised that, prior to award, the government may request quoters to submit additional information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote. (b) Options. N/A (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 provision) The following clauses incorporated in 52.212-5 are also applicable: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.219-28 Post-Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (OCT 2016) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-36 Affirmative Action for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013) The following DFARS provisions and clauses apply to this acquisition and are incorporated by reference. If the offeror has completed any of the following provisions listed in this paragraph electronically as part of its annual representations and certifications at https://www.acquisition.gov, the offeror they are to indicated in the submitted quote, there is no need to complete these provisions again for a this solicitation. 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.204-7003 Control Of Government Personnel Work Product (APR 1992) 252.204-7004 Alternate A, System For Award Management (FEB 2014) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) 252.204-7011 Alternative Line Item Structure (SEP 2011) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.209-7002 Disclosure of Ownership or Control by a Foreign Government (JUN 2010) 252.211-7003 Item Unique Identification and Valuation (MAR 2016) 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations (JUN 2015) 252.215-7007 Notice of Intent to Resolicit (JUN 2012) 252.215-7008 Only One Offer (OCT 2013) 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7000 Buy American-Balance of Payments Program Certificate (NOV 2014) 252.225-7001 Buy American and Balance of Payments Program (DEC 2016) 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports (JUN 2012) 252.232-7006 Wide Area Workflow Payment Instructions (JUN 2012) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.244-7000 Subcontracts for Commercial Items (JUN 2013) 252.247-7023 Transportation of Supplies by Sea (APR 2014) Note: Quotes received without the completed copy of the provision at FAR 52.212-3 or completed SAM representation may be considered non-compliant. Vendors must be registered in the System for Award Management (SAM) to be eligible for award. The following SOFARS provisions and clauses apply to this acquisition and are incorporated by reference. 5652.215-9016 TECHNICAL AND CONTRACTUAL QUESTIONS CONCERNING THIS SOLICITATION (2000) All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Email: charles.loss@socom.mil Prompt Payment Terms: ________________ CAGE Code: ________________ List of Attachments: Attachment I: Product Description
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H92240-17-Q-2045/listing.html)
- Place of Performance
- Address: 1600 SEABEE DRIVE, BUILDING 3889, VIRGINIA BEACH, Virginia, 23459, United States
- Zip Code: 23459
- Zip Code: 23459
- Record
- SN04671415-W 20170913/170911232414-2a4256467a19648516ca8a47a53cb5ca (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 |