Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 31, 2020 SAM #6819
SOLICITATION NOTICE

65 -- Sanitizer BPA

Notice Date
7/29/2020 7:16:00 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
FBI-JEH WASHINGTON DC 20535 USA
 
ZIP Code
20535
 
Solicitation Number
COVID-SANITIZER-0005245
 
Response Due
8/12/2020 11:00:00 AM
 
Archive Date
08/27/2020
 
Point of Contact
Keri Matthews
 
E-Mail Address
kcmatthews@fbi.gov
(kcmatthews@fbi.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
***Additional Questions & Answers - Please see attached (""RFQ Mod 2""). ***Questions & Answers - Please see attached.� Additionally, the deadline for questions is hereby extended to August 5, 2020 at 1:00pm CST.� The deadline for quotations is hereby extended to August 12, 2020 at 1:00pm CST*** The Federal Bureau of Investigation (FBI) Procurement Section is issuing this Request for Quotation (RFQ) to solicit distributors of disinfection solution to acquire sanitizer for the FBI�s Finance and Facilities Division (FFD). The anticipated start date of this BPA shall be TBD. Contractors interested in competing for this effort may participate by submitting quotes in accordance with the procedures set forth in this RFQ. Questions or Requests for Additional Information Are Due:� August 5, 2020� 1:00pm CST Quotes Must Be Submitted No Later Than:� August 12, 2020� 1:00pm CST 1.0 �� GENERAL INFORMATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, 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.� Interested parties are responsible for monitoring this site to ensure they have the most up to date information about this acquisition.� No partial quotes will be considered.� No partial awards will be made. The North American Industrial Classification System (NAICS) code for this requirement is 339113-Surgical Appliance and Supplies Manufacturing; the size standard is 750 employees.� The resultant contract is intended to be awarded as a firm-fixed price, single award, Blanket Purchase Agreement (BPA).� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-07.� This requirement will be awarded on an all or none basis as a commercial item under the procedures at FAR Parts 12 and 15. This RFQ is being conducted as a total set-aside for small business concerns.� Only quotes submitted by small business concerns will be accepted by the Government.� Any quote that is submitted by a contractor that is not a small business concern will not be considered for award.� 2.0��� DESCRIPTION/SPECIFICATIONS 2.1��� PURPOSE The purpose is to establish a Blanket Purchase Agreement (BPA) for liquid hand disinfectant that could also be used to disinfect surfaces.� 2.2��� BACKGROUND In response to the COVID-19 pandemic, there is a national shortage of pre-saturated disinfection wipes.� This requirement will allow the FBI to purchase a disinfection solution that, in accordance with EPA and FDA regulations, could be used for both hands and surfaces. 2.3��� TYPE OF CONTRACT The Government intends to establish a single award BPA.� The BPA shall establish firm-fixed pricing for one (1) twelve-month base period and two (2) twelve-month option periods. 2.4��� CONTRACT LINE ITEMS (FIXED PRICES) The offeror shall provide firm-fixed, open market pricing for the products listed in the Attachment A � Product & Pricing List for the base period and two (2) subsequent option periods.� This pricing will reflect the Contractors ability to fulfill this requirement in its entirety.� Failure to quote the period of performance in its entirety will result in the offeror being considered nonresponsive and, therefore, not considered for award.� The Government will order supplies as needed during the period of performance of this contract.� The products listed in the Attachment A are estimates only and will not guarantee purchases by this contract. 2.5��� PURCHASE CEILING The anticipated ceiling for this BPA, to include the base period and two (2) option periods, is $3,150,000.00.� The FBI is obligated only to the extent of authorized purchases actually made under this BPA. 2.6��� SHIPPING AND DELIVERY REQUIREMENT All deliveries under this contract shall be FOB destination to locations throughout the continental United States (CONUS) and U.S. Territories including, but not limited to:� Hawaii, San Juan, St. Thomas, and Anchorage.� For CONUS locations, delivery must occur within 5 business days after receipt of order (ARO).� For OCONUS locations, delivery must occur within 7-10 business days ARO.� The offeror shall provide pricing for any and all available expedited delivery options.� The price per unit shall include shipping to the FOB destination locations noted above.� In order to be considered for award, the offeror shall provide one shipping price to encompass all destination locations noted above.� Failure to quote one shipping price for all FOB destination locations will result in the offeror being considered unresponsive and, therefore, not considered for award. 2.7��� ORDERING PROCESS Warranted FBI officials with the authority to obligate the Government (Purchase Card Holders, Limited Warrant Holders, Contract Specialists, and Contracting Officers) shall have the ability to place orders under this BPA.� The Contractor shall accept orders from warranted officials in the form of purchase orders and Government purchase cards.� The Contractor shall invoice against the approving documentation provided to satisfy payment for items shipped, received, and accepted.� 2.8��� PRICE REDUCTION Based on the anticipated volume of orders to be issued under the BPA, contractors are strongly encouraged to provide discounted pricing/price reductions from catalog/list prices, if available. 2.9��� INVOICE REQUIREMENTS If items are purchase utilizing a Government Purchase Card, the Contractor shall submit an itemized invoice directly to the ordering warranted official.� For orders placed by an FBI purchase order, the Contractor shall submit an itemized invoice via email to the following address:� Central_Invoices@fbi.gov. To constitute a proper invoice, each invoice shall be annotated with the following information: Name of vendor, Invoice date, Government contract number, or authorization for delivery of goods or services, Vendor invoice number, account number, and/or any other identifying number agreed to by the contract, Description (including, for example, contract line/sub line number), price, and quantity of goods and services rendered, Taxpayer Identification Number (TIN), Banking information necessary to facilitate an electronic funds transfer (EFT) payment, and Contact name (where practicable), title and telephone number. It is imperative that the invoice contains current and accurate contract information (as requested above), otherwise the invoice risks being rejected. Upon receipt of the invoice, a confirmation email will be sent back to the sending email address.� At this point, the invoice is considered received and will being processing through the FBI�s internal payment system. Please note:� Invoices received before 5pm EST (Monday-Friday) will be considered �received� that business day.� Any invoice received after 5pm EST will be considered �received� and will be entered into the invoice system on the following day. 2.10� QUOTATION REQUIREMENTS Disinfection solution must have at least 70% alcohol content, but no greater than 80%. Acceptable alcohols include either ethyl (ethanol) alcohol or isopropyl alcohol. Disinfection solution must be a liquid alcohol solution. All quotes shall be Firm-Fixed Price. All quotes shall include all products as outlined in the Attachment A.� The FBI will use Attachment A to evaluate pricing per fluid ounce in order to make an award determination.� Upon award, if vendor offers additional sizes, the FBI may include those sizes in their nationwide agreement. Vendor shall include their Safety Data Sheet (SDS) with their quote submission.� Failure to include the SDS may result in the quote being deemed unresponsive. Vendor shall adhere to all appropriate EPA and FDA Regulations for packaging and labeling. Vendor shall adhere to all appropriate Occupational Safety and Health Administration (OSHA), National Fire Protection Association (NFPA), Department of Transportation (DOT), and International Fire Cod (IFC) Regulations for transporting and storing hazardous materials. Vendor shall be able to accept credit cards. Offers shall be valid for 60 calendar days from closing of posting. Please include in your quote:� pricing and product description for each line item listed above.� Quote may be sent via your company�s standard quotation form but must include the following information:� Tax ID #, DUNS #, Point of Contact with email and telephone information. 3.0��� PROCESS SCHEDULE 3.1��� SUBMISSION OF QUESTIONS Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond.� Questions may be submitted via email only to the attention of Keri Matthews at KCMatthews@fbi.gov, no later than Wednesday, August 5, 2020 at 1:00pm CST. 3.2��� SUBMISSION OF QUOTATIONS Quotations/offers and any accompanying information shall be submitted via email only to the attention of Keri Matthews, Contract Specialist, at KCMatthews@fbi.gov, no later than Wednesday, August 12, 2020 at 1:00pm CST.� Quotations/offers sent via other means (i.e. via telephone call, facsimile transmission, etc.) will not be considered.� Offerors are hereby notified that quotations received after the date, time, and location specified above will not be considered. Offers must be valid for 60 calendar days from closing of posting. 4.0��� PROVISIONS AND CLAUSES The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference:� FAR 52.212-1, Instruction to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items � Lowest Price Technically Acceptable FAR 52.212-3, Offeror Representations and Certifications-Commercial Items-the selected offeror must submit a completed copy of the listed representations and certifications FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b):� 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.232-33.� FAR 52.243-1, Changes � Fixed Price FAR 52.246-2, Inspection of Supplies � Fixed Price FAR 52.246-16, Responsibility for Supplies FAR 52.249-2, Termination for Convenience of the Government (Fixed-Price) The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The following clauses are provided in full text: FAR 52.217-5 Evaluation of Options (JULY 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government�s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. b) If the Government exercises this option, the extended contract shall be considered to include this option clause. c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 (three) years/36 (thirty-six) months. (End of clause) FAR 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) Funds are not presently available for performance under this contract beyond September 30, 2020. The Government�s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30, 2020, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause) 48 CFR 2852.201-70 Contracting Officer�s Representative (JAN 1985) a)� TBD is hereby designated to act as the Contracting Officer�s Representative (COR) under this contract. b)� The COR is responsible, as applicable, for: receiving all deliverables, inspecting and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing direction to the Contractor which clarifies the contract effort, fills in details or otherwise serves to accomplish the contractual Scope of Work (SOW); evaluation performance; and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payment. c)� The COR does not have the authority to alter the Contractor's obligations under the contract, and/or modify any of the expressed terms and conditions, specifications, or cost of the agreement.� If, as a result of technical discussions, it is desirable to alter/change contractual obligations or the Scope of Work, the Contracting Officer shall issue such changes. (End of provision) Corporate Representation Regarding Felony Conviction Under Any Federal Law or Unpaid Delinquent Tax Liability � Solicitation (Deviation 2015-02) (March 2015) a)� None of the funds made available by the Department�s current Appropriations Act may be used to enter into a contract, memorandum of understanding, or cooperative agreement with a corporation� Convicted of a felony criminal violation under any Federal law within the preceding 24 (twenty-four) months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government, or That has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. b)� By submitting a response to this solicitation, the offeror represents that, as of the date of this offer� The offeror is not a corporation convicted of a felony criminal violation under any Federal or State law within the preceding 24 (twenty-four) months; and The offeror is not a corporation that has any unpaid Federal or State tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (End of provision) Contractor Internal Confidentiality Agreements or Statements Prohibiting or Restricting Reporting of Waste, Fraud, And Abuse � Solicitation (Deviation 2015-02) (March 2015) None of the funds appropriated to the Department under its current Appropriations Act may be used to enter into a contract, grant, or cooperative agreement with any entity that requires employees or contractors of such entity seeking to report fraud, waste, and abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.� By submitting a response to this solicitation, the contractor certifies that it does not require employees or contractors of the contractor seeking to report fraud, waste, and abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contractors from lawfully reporting waste, fraud, and abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) 5.0��� SYSTEM FOR AWARD MANAGEMENT REQUIREMENT Please ensure your firm is registered in System for Award Management (SAM) - All vendors must be registered in SAM, effective July 29, 2012, to receive government contracts.� The FBI utilizes a financial system that has a direct interface with the SAM.� If any current FBI vendor data conflicts with SAM Data, the information contained in SAM may override our current information.� Please ensure that your company�s SAM information is updated and accurate.� This includes: TIN, EFT, DUNs, addresses and contact information.� The EFT banking information on file in SAM will be what the FBI uses to process payment to your organization.� 6.0��� EVALUATION FOR AWARD Award shall be made to the Offeror whose quotation, conforming to this solicitation, is determined to be Lowest Price Technically Acceptable.� Prices will be evaluated per fluid ounce at the two sizes listed in the Attachment A.� Upon award, if the LPTA vendor offers additional sizes, the FBI may choose to include other sizes in their nationwide agreement.� The price proposal(s) will be evaluated based upon the total price proposed for the base period and all options.� The price proposal(s) will be evaluated, using one or more of the techniques defined in FAR 15.404-1, in order to determine if proposed price(s) are fair and reasonable.� A contract will not be awarded to an Offeror whose price is determined not to be fair and reasonable. 7.0��� ATTACHMENTS Attachment A � Product & Pricing List.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8a68e47b268f4baabe8c553a14286bdb/view)
 
Record
SN05738672-F 20200731/200729230151 (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.