Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 26, 2020 SAM #6663
SOLICITATION NOTICE

61 -- Forklift Battery Replacement - Illinois Army National Guard

Notice Date
2/24/2020 8:39:52 AM
 
Notice Type
Solicitation
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
W7M6 USPFO ACTIVITY IL ARNG SPRINGFIELD IL 62702 USA
 
ZIP Code
62702
 
Solicitation Number
W91SMC-20-Q-0004
 
Response Due
3/25/2020 1:30:00 PM
 
Archive Date
04/09/2020
 
Point of Contact
Thuy Duong T. Le, Phone: 2177613927, Benjamin B. Yeutson, Phone: 3096335707
 
E-Mail Address
thuyduong.t.le.civ@mail.mil, benjamin.b.yeutson.mil@mail.mil
(thuyduong.t.le.civ@mail.mil, benjamin.b.yeutson.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued.� It is the Government�s intention to award without discussions.� The Government reserves the right to hold discussions. (ii) This solicitation, W91SMC-20-Q-0004 is being issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-04, effective 15 January 2020. (iv) This procurement is a total small business set-aside. The associated North American Industry Classification System (NAICS) code is 335911 and the small business size standard is 1,250 Employees. (v) Commercial Item Descriptions: CLIN0001 � Battery, 4000lb Capacity, Qty: 3 EA; CLIN0002 � Battery, 2000lb Capacity, Qty: 3 EA.� (vi) This purchase will replace life cycled batteries for three Hyster Model No. E40XL-MIL forklifts and three Hyster Model No. E25XL-MIL forklifts located in the USPFO of IL Warehouse.� �See attachment SOW-1-23-20 for further specifications. � (vii) The products shall be delivered to Camp Lincoln - IL National Guard Warehouse � Bldg 03, 1301 N. Macarthur Blvd, Springfield, IL 62702 within 60 Days ARO.� FOB Destination.� If the contractor is utilizing FOB Origin, then the contractor must provide an applicable CLIN within their Quote. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a successful Offeror will address all items within the addenda of this provision.�� The addenda for this provision is as follows: Responders should include all documents and information requested submitted in accordance with the instructions herein. Quotations shall be submitted prior to the closing date and time of 25 March 2020 03:30 PM CST.� In the event that the Contract Opportunities portal is down or an offeror cannot post their quotes, send an email with the quotation to the following contract specialist: Thuy Duong Le at thuyDuong.T.Le.Civ@Mail.Mil� and MSgt Benjamin B. Yeutson at benjamin.b.yeutson.mil@mail.mil. All questions regarding this RFQ shall be submitted via email to: Thuy Duong Le at ThuyDuong.T.Le.Civ@Mail.Mil and MSgt Benjamin B. Yeutson at benjamin.b.yeutson.mil@mail.mil.�� All questions are due by 11 March 2020 by 03:30 PM CST.� The government is not obligated to answer questions. The submission of the documentation specified below will constitute the offeror�s acceptance of the terms and conditions of the SOW in the RFQ.� Questions should be posted by the due date listed above.� It is the Government�s intention to award without discussion.� Offerors are encouraged to present their best Quote and prices in their initial submission.� The Government reserves the right to hold discussions. � (ix) The provision at 52.212-2, Evaluation -- Commercial Items, is applicable. Basis for award is Lowest Price Technically Acceptable. The Government intends to make a single firm-fixed price award. The following commercial item is requested in this solicitation: (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 Performance. Pricing Past Performance Technical and past performance, when combined, are equally important when compared to 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. ADDENDUM TO FAR Part 52.212-2 Evaluation � Commercial Items (OCT 2014) (a) This solicitation will be evaluated under Federal Acquisition Regulation (FAR) Part 13.� The solicitation will be solicited as a small business set aside through Contract Opportunities.� 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. Upon closing, the offers will be evaluated using Lowest Price Technically Acceptable (LPTA) evaluation criteria.� The following factors shall be used to evaluate offers: Factor 1- Technical Performance: The contractor shall be responsible for ensuring their quote fully outlines the capability to adhere to the delivery deadline, quantities required, and specifications listed in the Statement of Work (SOW).� Technical performance shall be found to be either acceptable or unacceptable based on the answers to the following questions: Can the vendor provide the items by the delivery dated outlined in part 3 in the Statement of Work? Can the vendor provide a product that meets the specifications required in part 4 through 5 in the statement of work? If not, then the contractor is required to submit a product data sheet that shows how their suggested product �or equal� will be able to be utilized with the forklift owned by the Government. The Government will determine the vendor to be Technically Acceptable only if all answers to the above questions (1 & 2) are �Yes�.� The final determination of whether an �or equal� will meet the needs of the Government lies with the Government.� If the contractor does not submit a product data sheet as required then the answer will automatically be �No.� Factor 2 � Pricing: The government will evaluate all technically acceptable offerors� prices. In terms of �price reasonableness�, the Government will focus on whether the price is too high or too low to be considered fair and reasonable.� In terms of �completeness�, the Government will focus on whether the price appears to cover all of the work identified in the SOW.� In terms of �balance�, the Government will focus on whether pricing is consistent with historical contract information and market research. Pricing will not be scored or rated and will not be considered unless the quotes technically acceptability in factor 1 are graded as acceptable. Factor 3 � Past Performance: The government will only evaluate past performance in the case of a tie of an exactly same proposed requirement and exactly same price provided. The Offeror shall provide up to three (3) relevant projects or contracts that include all of the following information: i.��� Government Agency/Company who awarded the contract ii.�� Contract Number iii.� Description of Services iv.� Contract Value v.�� Period of Performance vi.� Place of Performance vii. Contract Type viii. Current POC with current email address and phone number Failure to submit all of the above information will render the Offeror non-compliant and ineligible for award. Relevancy: The ratings for past performance will include the following past performance relevancy ratings: Past performance is a measure of the degree to which an Offeror, as an organization, has in the past 3 years satisfied its customers, and efficiently and effectively managed their contracts, on projects of similar scope and magnitude. Past performance history shall be used to gauge the level of risk. An Offeror�s past performance will be assessed as very relevant, relevant, somewhat relevant, or not relevant.� Very relevant shall mean that present or past performance effort involved essentially the same scope and magnitude of effort and complexities that this solicitation requires.� Relevant shall mean that present or past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires.� Somewhat relevant shall mean that present or past performance effort involved some of the scope and magnitude of effort and complexities this solicitation requires. Not relevant shall mean that present or past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires.� The results may be utilized to determine the Offeror�s rating on past projects with Government or other customers. Offeror�s with no relevant performance history or for whom information on past performance is not available will receive a neutral rating. A neutral rating will be evaluated as a �pass� for the purposes of determining technical acceptability. In the investigation of an Offeror�s past performance, the Government has the right to contact former customers, government agencies, and other private and public sources of information. Offerors must either provide the below information or affirmatively state that it possesses no relevant, directly related, or similar past performance. In addition the vendor shall send past performance questionnaires to three relevant customers. STANDARD: Pass: The standard is met when: the Offeror has not been Terminated for Cause/ Default on past Project(s) within the past 3 years, and either (1) the Offeror receives an �Acceptable� or �Neutral� rating on all pasty performance surveys sent out fy the government or (2) the Offeror has no relevant past performance. Fail: The Offeror has been terminated for Cause/ Default on past project(s) within the past 3 years, or an �unacceptable rating was received on any past performance survey(s). (x) A successful offeror shall include a completed copy of the provision at 52.212-3 Alt-1, Offeror Representations and Certifications -- Commercial Items, with its offer and address the items listed within the addenda of this provision. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause are applicable to the acquisition, which include:� FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entitites. FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment. FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations. FAR 52.219-28, Post Award Small Business Program Representation. 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 52.222-36, Equal Opportunity for Workers with Disabilities. FAR 52.222-50, Combating Trafficking in Persons. FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.233-3, Protest After Award. FAR 52.233-4, Applicable Law for Breach of Contract Claim. The following provisions are incorporated into this solicitation by reference: FAR 52.204-7, System for Award Management. FAR 52.204-16, Commercial and Government Entity Code Reporting. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations. DFARS 252.225-7031, Secondary Arab Boycott of Israel. The following clauses are incorporated into this solicitation by reference: FAR 52.204-13, System for Award Management Maintenance. FAR 52.204-18, Commercial and Government Entity Code Maintenance. FAR 52.204-19, Incorporation by Reference of Representations and Certifications. FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran-Representation and Certifications. FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.247-65, F.O.B. Origin, Pre-paid Freight - Small Package Shipments FAR 52.249-1, Termination for Convenience of the Government (Fixed Price)(Short). DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblowers Rights. DFARS 252.204-7003, Control of Government personnel Work Product. DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information. DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors. DFARS 252.225-7001, Buy American and Balance of Payments Program. DFARS 252.225-7048, Export Controlled Items. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010, Levies on Contract Payments. DFARS 252.244-7000, Subcontracts for Commercial Items. DFARS 252.247-7023, Transportation of Supplies by Sea. The following provisions are incorporated by full text.� � FAR 52.204-20, Predecessor of Offeror. FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations � Representation. FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. DFARS 252.225-7000, Buy American - Balance of Payments Program Certificate (Offerors shall include completed copies of the certifications within the following provisions with their offer.) The following clauses are incorporated by full text. FAR 52.252-2, Clauses Incorporated by Reference FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.211-7003, Item Unique Identification and Valuation. DFARS 252.232-7006, Wide Area Workflow Payment Instructions. (xiii) The contractor shall provide a one year warranty for all products provided. (xiv) Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. (xv) All questions regarding this RFQ shall be submitted via email to Miss Thuy Duong Le thuyduong.t.le.civ@mail.mil and MSgt Benjamin B. Yeutson at benjamin.b.yeutson.mil@mail.mil. All questions are due by 11 March 2020 by 03:30 PM Central Standard Time (CST) and will be posted as an amendment to this solicitation on or about 12 March 2020. Quotes are due at 3:30 PM CST on Wednesday, 25 March 2020.� In the event that the Contract Opportunities portal is down or an offeror cannot post their quotes, send an email with the quotation to the following individuals Miss Thuy Duong Le at thuyduong.t.le.civ@mail.mil�and MSgt Benjamin B. Yeutson at benjamin.b.yeutson.mil@mail.mil. � (xvi) Information regarding the solicitation may be directed to the point of contact noted above.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/05e1d68b5d374803a8f12109db3010bb/view)
 
Place of Performance
Address: Springfield, IL 62702, USA
Zip Code: 62702
Country: USA
 
Record
SN05570924-F 20200226/200224230141 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.