SOLICITATION NOTICE
35 -- NVANG Embroidery Machine
- Notice Date
- 3/16/2020 11:26:43 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333249
— Other Industrial Machinery Manufacturing
- Contracting Office
- W7NM USPFO ACTIVITY NVANG 152 RENO NV 89501-4494 USA
- ZIP Code
- 89501-4494
- Solicitation Number
- W50S8C-20-Q-0005
- Response Due
- 3/24/2020 3:00:00 PM
- Archive Date
- 04/08/2020
- Point of Contact
- Alex T. Norris, Phone: 7757884663, Patrick Mally, Phone: 7757884662
- E-Mail Address
-
alex.t.norris.mil@mail.mil, patrick.j.mally.civ@mail.mil
(alex.t.norris.mil@mail.mil, patrick.j.mally.civ@mail.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- General Information 1. 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; proposals are�being requested and a written solicitation will not be issued. 2. This solicitation is being issued as a(n) Request For Quotation (RFQ). 3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisiton Circular�2020-04 , Defense Federal Regulation Public Notice 20200123 , and Army Federal Acquisition Circular Revision #28, 1 May 2019� The North American Industry Size Classification System (NAICS) code associated with this requirement is 333249 4. This requirement is solicited under, Service-disabled veteran-owned SB , will be used in accordance with FAR 19.000(b). Requirement Information Description: The Nevada Air National Guard has a requirement to purchase an Embroidery Machine to mark and identify over 800 pieces of�individual survival equipment per Air Force regulations. The machine must include the following items: Commercial sewing unit�16 Needles, Operating Software, Heavy-duty Machine Stand, Support Table Insert for Cart, 110v Power, Wide Angle�Cap Hooping Gauge, Wide-Angle Cap Driver, Wide-Cap Frames - 270 degree angle, 12 and 15 cm Round Hoops, 30x36�Jacket Back Hoops, Crossover Ethernet Cable, Starter Kit, 1000 Design Starter Pack, Webinar Software and Video, 2-�Day On-site Training, 6-Year Limited Warranty. Place of Delivery/Performance/Acceptance/FOB Point: F.O.B. Destination; Nevada Air National Guard based located at 1776 National Guard Way Reno NV 89502. Line Item Description Quantity Unit of Measure 0001 Embroidery Machine 1 Each 0002 Fast Clamp 1 Each 0003 Back of Cap Clamp, Large 1 Each 0004 5.5"" Hoop Fixture (or equal) 1 Each 0005 Software (If Necessary) 1 Each 0006 Two Day On-Site Training or similar 1 Job 0007 Shipping/Handling & Delivery 1 Job Instructions to Offerors FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. As prescribed in FAR 12.301(b)(1), the�following addendum is provided for this solicitation and hereby amends any language therein: 1. Quotes in response to this solicitation must be submitted no later than 24 March 2020 at 3:00 PM PST. Quotes must be submitted�via email to alex.t.norris.mil@mail.mil. 2. All price quotations may be submitted on Attachment 1 - Quote Sheet and it must be filled in entirely, or equivalent vendor�alternative offer. Evaluation Criteria FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. As prescribed in FAR 12.301(c), the following�addendum is provided for this solicitation and hereby amends any language therein: (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: PRICE - Price will be evaluated on a comparative basis amongst all received quotations, and the Government's estimate. Evaluation�of price will consider the total of the prices, as the sum of the prices of all contract line items (CLINs). Each CLIN price will be�evaluated as the quantity multiplied by the unit price, rounded to the nearest cent. To be acceptable the products quoted above shall meet the following salient, physical, functional, or performance characteristics: Embroidery Machine: Commercial sewing unit 16 Needles, Operating Software, Heavy-duty Machine Stand, Support Table�Insert for Cart, 110v Power, Wide Angle Cap Hooping Gauge, Wide-Angle Cap Driver, Wide-Cap Frames - 270 degree�angle, 12 and 15 cm Round Hoops, 30x36 Jacket Back Hoops, Crossover Ethernet Cable, Starter Kit, 1000 Design Starter�Pack, Webinar Software and Video, 6-Year Limited Warranty. Fast Clamp: Able to adjust the arms for height and width, slip the product to be embroidered over the lower arms, clamp�down and perform. Back of cap clamp, Large: Sew the back of caps when you already have a cap driver installed. The clamping action of the�upper and lower window frames gives you the freedom to position the back section of the cap so that you can sew where you�want. Along the bottom edge with a long curved design or a tall & wide design covering a larger area. 5.5"" Hoop Fixture (or equal): Inner position of hoop support arms. 5.5"" x 5.5"" (b) Provide product descriptions (manufacturer cut-sheets) during quote submission in order to validate salient, physical, functional,�or performance characteristics of all required products. Provide product's manufacturer operation manuals with delivery. (c) The Government intends to make an award without conducting communications. However, the Government reserves the right to�enter into communications with some, all or none of the vendors regarding their quote at any time during the evaluation if deemed in�the best interest of the Government. Clauses and Provisions FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items with alternate I applies to this acquisition; the offeror verifies by submission of their offer that the representation and certifications currently posted electronically at FAR�52.212-3, Offeror Representations and Certifications -- Commercial Items, have been entered or updated in the last 12 months, are�current, accurate, complete, and applicable to this solicitation. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items�applies to this acquisition; the following checked clauses are hereby included by reference: 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, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer--System for Award Management The provisions and clauses listed below have been determined by the contracting officer to be necessary for this acquisition and�consistent with customary commercial practices. The following provisions and clauses are hereby included by reference: 52.203-18, Prohibition on Contracting with Entities that require certain internal confidentiality agreements or statements-rep 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-9, Personal Identity Verification of Contractor Personnel 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 52.204-19, Incorporation by reference of representations and certifications 52.204-21, Basic Safeguarding of Covered Contractor Information 52.204-22, Alternative Line Item Proposal 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26, Covered Telecommunications Equipment or Services--Representation 52.209-7, Systems Information Regarding Responsibility Matters 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.211-6, Brand Name or Equal 52.211-17, Delivery of Excess Quantity 52.219-6 (Dev), Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003) 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons 52.223-15, Energy Efficiency in Energy-Consuming Products 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.247-34, F.O.B. Destination 52.252-2, Clauses incorporated by Reference 52.252-6, Authorized Deviations in Clauses 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 252.204-7006, Billing Instructions 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016, Covered Defense Telecommunications Equipment or Services--Representation 252.204-7017, Prohibition on the acquisition of covered Defense Telecommunications Equipment or Services--Representation 252.204-7018, Prohibition on the acquisition of covered Defense Telecommunications Equipment or Services 252.211-7003, Item Unique Identification and Valuation 252.211-7008, Use of Government -Assigned Serial Numbers 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7007, Notice of Intent to Resolicit 252.225-7051, Prohibition on Acquisition of Certain Foreign Commercial Satellite Services 252.225-7048, Exported-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 252.243-7001, Pricing Of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea--Basic
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4b6fad51a8d74283891becefee2b34e1/view)
- Place of Performance
- Address: Reno, NV, USA
- Country: USA
- Country: USA
- Record
- SN05590222-F 20200318/200316230146 (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 |