MODIFICATION
81 -- Climate Controlled Storage
- Notice Date
- 9/10/2018
- Notice Type
- Modification/Amendment
- NAICS
- 332439
— Other Metal Container Manufacturing
- 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
- H9224018Q2065
- Archive Date
- 9/25/2018
- Point of Contact
- MISTY ALVAREZ,
- E-Mail Address
-
misty.alvarez@socom.mil
(misty.alvarez@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 format in FAR Subpart 12.6 and FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation H92240-18-Q-2065 is issued as a request for quotation (RFQ). The agency intends to award one contract for the supplies as defined in this RFQ. The solicitation document and incorporated provisions and clauses are those in effect through: Federal Acquisition Circular (FAC) 2005-99 Effective: 16 July 2018, DFARS Publication Notice (DPN) 20180629 Effective: 29 June 2018 and SOFAR Change Notice (SCN) 201801, Effective: 29 March 2018. This RFQ is solicited as a Small Business Set-Aside basis. Participating vendors must be registered under the NAICS above at www.sam.gov; or self-certify in their quote. NAICS code 332439 Small Business Size Standard 500 emp Quotes are due no later than 10 September, 2018 at 4:00 P.M. Eastern Time: 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 to NSWK2@socom.mil.. Contractors are responsible for verifying receipt of their quotation to this office before offer due date and time. QUOTES: Quotes must be valid for 60 days. No facsimile quotes will be accepted. Contractors are responsible for verifying receipt of their quotes before offer due date and time specified. The following (FAR) PROVISIONS and CLAUSES apply to this acquisition and will be incorporated into any resultant purchase order. 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation 52.204-2 Security Requirements 52.204-7 System for Award Management 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 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 Instructions to Offerors-Commercial Items (See Addendum) 52.212-2 Evaluation 52.212-3 Alt. I - Offeror Reps and Certs 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 (See Addendum) 52.225-18 Place of Manufacture 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 http://farsite.hill.af.mil/ and www.acq.osd.mil 52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil/ and www.acq.osd.mil 52.252-6 Authorized Deviations in Clauses http://farsite.hill.af.mil ADDENDUM 52.212-1 Instructions to Offerors-Commercial Items (m) Quote Preparation and Submission Instructions. (1) Offerors may submit written questions during the quote preparation period. All questions must be received no later than 6 September 2018 NLT 10:00 A.M. EST to allow adequate time to prepare and issue responses to all Offerors prior to the date and time set for receipt of quotes. NSWC will continue to accept written questions up to the closing time of the solicitation; however, time may not permit responses to those questions. Only written questions will receive a response. It is required that each question should include the document name, document date, specific page, paragraph, clause or other definitive citation requiring clarification. All questions and quotes shall be directed to the Contracting Office by email, citing at a minimum "H92240-18-Q-2065" in the subject line at the following address: NSWK2@socom.mil. (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 placed on the cover page of the quote. (3) Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. (4) TO BE CONSIDERED TIMELY. E-mail quote must be received in its entirety in the 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 Offeror to ensure that its entire quote is received by the Agency by the designated due date. INSTRUCTIONS TO QUOTERS: (1) Technical (5 page limit) Submission requirements: The Quoter shall provide equipment that meets the minimum specifications identified in Attachment #1 "Product Description". (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 (a) Factor 1 - Technical. Government will evaluate the extent to which the Quoter is capable of meeting the requirements of Attachment I "Product Description" (PD). (b) Factor 2 - Price. All prices will be evaluated for reasonableness IAW FAR 8.4. The Government will award to the Quoter who represents the Lowest Price, Technically Acceptable (LPTA) to the Government. The following FAR CLAUSES incorporated in 52.212-5 are also applicable: 52.204-10 Reporting Executive Compensation and First-Tier SubKT Awards 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-28 Post Award Small Business Program representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.223-20 Aerosols 52.223-21 Foams 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 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, they are to indicate in the submitted quote, there is no need to complete these provisions again for this solicitation. 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 252.204-7000 Disclosure of Information 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A, System for Award Management (Feb 2014) 252.204-7005 Oral Attestation of Security Responsibilities 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.211-7003 Item Identification & Valuation 252.211-7008 Use of Government-Assigned Serial Numbers 252.213-7000 Notice to Prospective Suppliers on Use of PPIRS-SR in Past Performance Evaluations 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American Act & Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export Controlled Items 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea The following SOFARS PROVISIONS and CLAUSES apply to this acquisition. 5652.233-9000 Independent Review of Agency Protests (2013) Section I PROMPT PAYMENT TERMS: CAGE Code: PRICING SCHEDULE Schedule: Description (Insert prices and other required information below.) U/I Qty. U/P Total Price CLIN 0001 SEE ATTACHMENT #1 FOR LIST OF REQUIRED ITEMS WITH NAMES, DESCRIPTIONS AND QUANTITIES EA 4 Attachment I - Product Description
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H9224018Q2065 /listing.html)
- Record
- SN05081685-W 20180912/180910231546-370549fac92b07176b44f0a06a990322 (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 |