Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2020 SAM #6798
SOLICITATION NOTICE

54 -- Lactation Pods

Notice Date
7/8/2020 8:22:05 AM
 
Notice Type
Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
W7NX USPFO ACTIVITY PAANG 171 CORAOPOLIS PA 15108-4805 USA
 
ZIP Code
15108-4805
 
Solicitation Number
W50S9220Q0003
 
Response Due
7/15/2020 12:00:00 PM
 
Archive Date
07/30/2020
 
Point of Contact
Michael W. Boyd, Phone: 4127767660
 
E-Mail Address
michael.w.boyd2.mil@mail.mil
(michael.w.boyd2.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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. Solicitation F7A4SE0091A001 is issued as a request for quotation (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2020-06 and Defense Circular Number 20200605. This procurement is being issued as a small business set-aside. The North American Industry Classification System Code is 332311 with a size standard of 750 Employees. This acquisition is 100% set aside for small business concerns. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. Location of delivery will be one (1) each to each of the following locations: 1)�193rd SOW of the PA Air National Guard, Middletown�(Harrisburg) PA 2) 201st RHS of the PA Air National Guard, Annville (Lebanon) PA 3) 112th AOS of the PA Air National Guard, State College PA Ultimate location of each pod is at street level (no stairs/elevator usage required). Required salient characteristics for each item: 1) Standard (non-ADA) size. 2) Power connection to a standard USA Household 110V outlet, with at least one (1) 110V power receptable inside the pod so as to allow occupants to utilize a standard household breast pump.�� 3) One (1) door which can be locked from the inside by the occupant.� Lock shall include an internal deadbolt with external indicator showing ""vacant/occupied"" 4)�All surface materials (including seating) shall have non-porous food/hospital-grade surfaces with rounded corners for effective sanitation (NO FABRICS/UPHOLSTERY). 5) Adjustable interior lighting. 6) Retractable casters to enable movement of item. 7) No recurring costs or additional costs beyond initial purchase order.�� 8) Each item shall be Buy-American Act compliant. 9) Each item shall be in NEW condition.� Quotes for used or refurbished items are NOT acceptable.�� Quotes for this solicitation shall be submitted via email to michael.w.boyd2.mil@mail.mil In Accordance With (IAW) the attached Statement of Work. Quotes will be evaluated on technical acceptability and lowest price.� Quotes shall include pricing on a per-item and grand total basis, with breakouts for shipping, handling, assembly, and any other charges as necessary included.� Purchase will be made on a firm-fixed price basis if one is made.�� It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. To receive an award of contract the offeror must be registered in System for Award Management (SAM) database which can be accessed at the website https://sam.gov/portal/SAM QUOTES WILL BE EVALUATED ON TECHNICAL ACCEPTABILITY AND LOWEST PRICE Quotations due no later than Friday, 26 June, 2020�at 3:00 PM EST. It is the responsibility of the vendor to ensure the quote and questions was received by 171st Contracting Office on time. The selected Offeror must comply with the following Provisions and Clauses, which are incorporated herein by reference: Provisions: FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.212-3 Offeror Representations and Certifications�Commercial Items (Oct 2018). 52.222-25 Affirmative Action Compliance (Apr 1984); FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications (Aug 2018); FAR 52.233-2, Service of Protest (Sep 2006); FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); 252.204-7007 Alternate A, Annual Representations and Certifications (Apr 2019); DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016); DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Jan 2012); DFARS 252.225-7031, Secondary Arab Boycott of Israel (Jun 2005) Clauses: FAR 52.202-1, Definitions (Nov 2013); FAR 52.203-5, Covenant Against Contingent Fees (May 2014); FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); FAR 52.203-7, Anti-Kickback Procedures (May 2014); FAR 52.204-7, System for Award Management (Oct 2018); FAR 52.204-13, System for Award Management Maintenance (Oct 2018); 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016); FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014); FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015); FAR 52.211-6, Brand Name or Equal (Aug 1999); FAR 52.212?1, Instructions to Offerors�Commercial Items (Oct 2018); FAR 52.212?2, Evaluation�Commercial Items (Oct 2014); FAR 52.212?3 Alternate I, Offeror Representations and Certifications�Commercial Items (Oct 2018); FAR 52.212?4, Contract Terms and Conditions�Commercial Items (Oct 2018); FAR 52.212-5 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (Sep 2018); FAR 52.219?6, Notice of Total Small Business Set-Aside (Nov 2011); FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013); FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2018); FAR 52.222?21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016); FAR 52.222?50, Combating Trafficking in Persons (Jan 2019); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); FAR 52.225?13, Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.225-18, Place of Manufacture (Aug 2018); FAR 52.232-1, Payments (Apr 1984); FAR 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (Oct 2018); FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); FAR 52.233?3, Protest After Award (Aug 1996); FAR 52.233?4, Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.243-1, Changes � Fixed Price (Aug 1987); FAR 52.244-6, Subcontracts for Commercial Items (Jan 2019); FAR 52.252?2, Clauses Incorporated by Reference (Feb 1988); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); DFARS 252.203?7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013); DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016); DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016); DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016); DFARS 252.211-7008, Use of Government-Assigned Serial Numbers (Sep 2010); DFARS 252.225-7001, Buy American and Balance of Payments Program (Dec 2017); DFARS 252.225-7048, Export-Controlled Items (Jun 2013); DFARS 252.232?7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018); DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (Dec 2018); DFARS 252.232?7010, Levies on Contract Payments (Dec 2006); DFARS 252.247?7023, Transportation of Supplies by Sea (Feb 2019).� Provisions and Clauses for this synopsis/solicitation can be found in full text at https://www.acquisition.gov/browse/index/far.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/55c3f6e73f404e019f2bb1875617735e/view)
 
Place of Performance
Address: PA 17057, USA
Zip Code: 17057
Country: USA
 
Record
SN05715072-F 20200710/200708230144 (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.