SOLICITATION NOTICE
65 -- Sanitizer Stations - COVID 19
- Notice Date
- 6/19/2020 5:27:44 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325611
— Soap and Other Detergent Manufacturing
- Contracting Office
- W7NB USPFO ACTIVITY LAANG 159 BELLE CHASSE NAS LA 70143-5077 USA
- ZIP Code
- 70143-5077
- Solicitation Number
- W50S7Z-20-Q-0020
- Response Due
- 6/26/2020 9:00:00 AM
- Archive Date
- 07/11/2020
- Point of Contact
- John Kattengell, Phone: 5043918369, Fax: 5043918372, Janice M Hills, Phone: 5043918370, Fax: 5043918372
- E-Mail Address
-
john.r.kattengell2.mil@mail.mil, janice.m.hills.mil@mail.mil
(john.r.kattengell2.mil@mail.mil, janice.m.hills.mil@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Combined Synopsis/Solicitation W50S7Z-20-Q-0020 for Hand Sanitizer at NAS-JRB New Orleans Request for Information (RFIs): Contractors shall email all inquiries and RFI's to John Kattengell at john.r.kattengell2.mil@mail.mil no later than 11:00 am CST (1100) on Wednesday, June 24th 2020.� Quotes or Proposals (offers) will be e-mailed (preferred) to john.r.kattengell2.mil@mail.mil and janice.m.hills.mil@mail.mil no later than the FBO listed date and time 1.�� �This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. A Firm-Fixed Price (FFP) contract is being contemplated. Please see attached item Description. This is a meet or exceed specification purchase for brand new, never been used, items Award will be conducted and evaluated under the provisions of FAR Part 12 ""Acquisition of Commercial Items."" All potential vendors must be registered and active with no exclusions in Systems for Award Management (sam.gov). Payment for this contract will be made via PIEE/Wide Area Workflow (WAWF). 2.�� �The solicitation number is listed via FBO and is hereby issued as a request for quotation (RFQ); 3.�� �The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-05 published in the Federal Register on February 27, 2020 4.�� �The set-aside is for small business for the associated NAICS Category 325611 and small business size standard of 1000 employees.� 5.�� �The following line item number(s) and items, quantities, and units of measure are applicable to this acquisition: CLIN�� � DESCRIPTION�� � QTY�� �UNIT OF MEASURE 0001�� �Dispenser Hand Sanitizer, 1200mL, Gray PURELL 1904-02 or equal�� �184�� �each 0002�� �Floors Stand, 1200mL, Gray PURELL 2720-12 or equal�� �184�� �each 0003�� �Refill Cartridge Hand Sanitizer, Foam-2 cartridges per Pack PURELL 2423-DS or equal�� �312�� �each 6.�� �Description of requirements for the items to be acquired: see above and attached description document 7.�� �Date(s) and place(s) of delivery and acceptance and FOB point: see attached description document (default to FOB Destination) 8.�� �The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and a statement regarding any addenda to the provision. 9.�� �The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition and a statement regarding any addenda to the provision and the specific evaluation criteria is listed 10.�� �Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. 11.�� �The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. 12.�� �The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. 13.�� �Additionally: 159 Fighter Wing requires the following: a.�� �Company must have an, �active,� SAM status, and provide the Tax ID number and CAGE code or DUNS. b.�� �List of Attachments: Attachment 1, Description c.�� �Items must be in accordance with (IAW) applicable industry standards d.�� �Company must be prepared to invoice via WAWF/PIEE Government paperless invoicing/payment system e.�� �Vendor past performance record will be reviewed prior to award. Responsibility shall also be determined IAW FAR 9.103 f.�� �Quotes must include delivery schedule/lead times and provide brand and model numbers of equipment or parts. g.�� �Quotes shall be valid for 90 calendar days, starting from the day of receipt date h.�� � It is the interested Offeror's responsibility to check FedBizOpps (FBO) for updated information. i.�� �Basis for Award IAW FAR 52.212-2, 15.304: The award will be made to the lowest priced technically acceptable proposal or offer. Technical capability is more important than price. Proposals or quotes will be evaluated for technical acceptability (including past performance), but will not be ranked using the non-price Factors (and Subfactors). This is an all-or-none requirement and partial quotes will be deemed unresponsive and will not be evaluated. The Government will award on a single purchase order to the responsible Offeror whose offer conforms to the requirements as statedIn order for an Offeror to be considered for award, the proposal must receive an ""Acceptable"" rating in every non-price Factor. A proposal receiving a rating of ""Unacceptable"" in any non-price Factor will not be eligible for award. The following evaluation factors and subfactors will be used to evaluate each proposal: Technical acceptability is considered using price, performance and capability. Evaluation of the offeror's proposal shall address the acceptability of the response to each subfactor as it applies. The quote must convey a clear understanding of the requirement or project. The bidder or proposing vendor must also convey a capability to fulfill the requirement as outlined in the description. The Government will award a contract resulting from this solicitation to the Lowest Price Technically Acceptable (LPTA) offeror whose offer conforming to the solicitation the price and other factors considered. The following factors shall be used to evaluate offers: I.�� �Technical capability of the proposed item/service offered to meet the Government requirement; and II.�� �Price (evaluation of price shall be the sum of all line items, including options if applicable). The resulting award will be a firm fixed price contract type. Price Reasonableness will be utilized in the evaluation of the Firm-Fixed price effort III.�� �Past Performance the CO will consider data available regarding the supplier's past performance history. Each offeror's past performance will be reviewed.� g.�� �Delivery: Inspection/Acceptance Terms: Destination/Destination. Delivery Terms: FOB Destination to specified building (see description) NAS-JRB New Orleans Directions & Phone for the NAS-JRB NO Main Gate: 504-678-3827. Access to installation: Visitors must pick up their pass at the Installation's Main entry Gate prior to arrival you will be required to present the following information upon arrival and may complete a background check SECNAV 5512: I.�� �Two Forms of Identification (i.e. Driver's License, passport) II.�� �Valid Vehicle Registration III.�� �Current Proof of Insurance IV.�� �Car Rental Agreement (if applicable) 14.�� �The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition 15.�� �The date, time and place offers are due is listed and possibly amended via the FBO system 16.�� �The name and email address of the individual to contact for information regarding the solicitation is listed via FBO The Contractor shall comply with the FAR clauses as being incorporated in this contract by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items when applicable per the item, proposed contract type and regulation: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) [Reserved] 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313) [Reserved] 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a) (ii) Alternate I (Nov 2011) of 52.219-3. 52.222-3, Convict Labor (June 2003) (E.O. 11755) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C.793). 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (ii) Alternate I (Jan 2017) of 52.224-3. 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). (49) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110- 138, 112-41, 112-42, and 112-43).(ii) Alternate I (May 2014) of 52.225-3. (iii) Alternate II (May 2014) of 52.225-3. (iv) Alternate III (May 2014) of 52.225-3. 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d) (12)). 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). (ii) Alternate I (Apr 2003) of 52.247-64. The Contractor shall comply with the FAR clauses in this paragraph, applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items 52.249-8 Default (Fixed-Price Supply and Service). 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) More Clauses/Provisions: 52.204-7 ""System for Award Management"" 52.204-13 ""System for Award Management Maintenance"" 52.204-16 ""Commercial and Government Entity Code Reporting"" 52.204-17 ""Ownership or Control of Offeror"" 52.204-18 ""Commercial and Government Entity Code Maintenance"" 52.204-19 ""Incorporation by Reference of Representations and Certifications"" 52.204-22 ""Alternative Line Item Proposal"" 52.209-2 ""Prohibition Contracting with Inverted Domestic Corporations Representation"" 52.209-5 ""Certification Regarding Responsibility Matters"" 52.209-10 ""Prohibition on Contracting with Inverted Domestic Corporations"" 52.209-11 ""Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under and Federal Law"" 52.212-4 ""Contract Terms and Conditions - Commercial Items"" 52.225-3 ""Buy American -- Free Trade Agreements -- Israeli Trade Act. (Alternate III)"" 52.225-13 ""Restrictions on Certain Foreign Purchases"" 52.225-25 ""Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications."" 52.232-40 ""Providing Accelerated Payments to Small Business Subcontractors."" 52.233-4 ""Applicable Law for Breach of Contract Claim"" 252.204-7008 ""Compliance With Safeguarding Covered Defense Information Controls"" 252.204-7012 ""Safeguarding Covered Defense Information and Cyber Incident Reporting"" 252.209-7999 ""Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law-Fiscal Year 2016 Appropriations"" 252.211.7003 ""Item Unique Identification and Valuation."" 252.213-7000 ""Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations"" 252.225-7036 ""Buy American-Free Trade Agreements--Balance of Payments Program--Alternate IV"" 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"" 252.246-7008 ""Sources of Electronic Parts"" 252.204-7012 Safeguarding of Unclassified Controlled Technical Information End �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f0d2f70b9c544ef4bc65fe14e3bca6fe/view)
- Place of Performance
- Address: New Orleans, LA 70143, USA
- Zip Code: 70143
- Country: USA
- Zip Code: 70143
- Record
- SN05697284-F 20200621/200622142806 (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 |