Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 12, 2020 SAM #6862
SOLICITATION NOTICE

M -- Mitchell Hall Nitrile Gloves

Notice Date
9/10/2020 4:49:54 PM
 
Notice Type
Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
 
ZIP Code
80840-2303
 
Solicitation Number
FA700020Q0113NG
 
Response Due
9/14/2020 3:00:00 PM
 
Archive Date
12/31/2020
 
Point of Contact
David Gonzalez, Phone: 7193336368, Fax: 7193339075, Terrie J. Wolski, Phone: 7193338930, Fax: 7193339075
 
E-Mail Address
david.gonzalez.44@us.af.mil, terrie.wolski@us.af.mil
(david.gonzalez.44@us.af.mil, terrie.wolski@us.af.mil)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
Description
This is a new requirement to support the Cadet Dining Hall (CDH) Mission IAW USAFA COVID-19 guidelines for cadet meals. All of these items are mission critical. Monthly United States Air Force Academy (USAFA) dining hall current requirement quantities: Nitrile gloves, 5 Mil�thickness, boxes of 100, multiple sizes small through x-large. Attached document- Mitchell Hall Gloves Synopsis has more detailed description of requirements.� In addition pricing considerations listed in clause 52.216-3�Economic Price Adjustment-Semistandard Supplies.(Jan1997) will be considered when evaluating pricing data for the line items listed. As prescribed in�16.203-4(b), insert the following clause. The clause may be modified by increasing the 10 percent limit on aggregate increases specified in paragraph (c)(1), upon approval by the chief of the contracting office. ������(a)�The Contractor warrants that the supplies identified as line items 001, 002,003,004 noted in sysnopsis in the Schedule , clauses & provisions�are, except for modifications required by the contract specifications, supplies for which it has an established price. The term �established price� means a price that (1)is an established catalog or market price for a commercial item sold in substantial quantities to the general public, and (2)is the net price after applying any standard trade discounts offered by the Contractor. The Contractor further warrants that, as of the date of this contract, any difference between the unit prices stated in the contract for these line items and the Contractor�s established prices for like quantities of the nearest commercial equivalents are due to compliance with contract specifications and with any contract requirements for preservation, packaging, and packing beyond standard commercial practice. Multiple Blanket Purchase Agreements (BPA) with different vendors will be established to field this requirement, so that USAFA is not relying on a single vendor when these commodities are in short supply in the community. See attached documents for further information. THIS SECTTION IS FOR SOLICITATION PURPOSES ONLY. THIS SECTION WILL BE PHISICALLY REMOVED FROM ANY RESULTANT AWARD, BUT WILL BE DEEMED INCORPERATED BY REFERANCE. SOLICITATION INSTRUCTIONS 1. In all instances throughout this solicitation, to include the applicable provisions and clauses, any use of the word ""proposal"" should be understood as ""quote"". All instances of the word ""award"" should be understood as ""purchase order"". 2. The provision at FAR 52.212-1, Instructions to Offerors�Commercial (Oct 2018), and the addenda listed below applies to this acquisition. ADDENDA TO FAR 52.212-1: a. Submission of o?ers. �FAR 52.212-1(b) is amended to include the following: (1) Submit signed and dated quotes via e-mail to: 10th Contracting Squadron 10 CONS/PKB Attn: Terrie Wolski and David Gonzalez 8110 Industrial Drive, Suite 200 USAF Academy, CO 80840-2315. Email addresses: terrie.wolski@us.af.mil david.gonzalez.44@us.af.mil Phone numbers: 719-333-8930 719-333-6368 (2) Quotes must be submitted by 14 September , 4:00 p.m. Mountain Standard Time. b. Late submissions. FAR 52.212-1(f) is amended as follows: (1) Offerors are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time, for the designated Government office on the date that quotations are due. (2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government o?ice designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. c. Formal communications. Requests for clarification and information concerning the solicitation must be provided in writing no later than 3 days prior to closing. Answers will be compiled and posted electronically to the Beta.Sam website: https://beta.sam.gov/. Questions may be emailed to the�point(s) of contact listed above in section II, paragraph 2a. All correspondence should reference the solicitation number. d. Quotation preparation instructions: (1) General Instructions. The o fferor shall submit their quote on company letterhead to include the following: solicitation number, contact name, address, e-mail, and telephone number of the offeror, CAGE code, DUNS number, size of business, and warranty information.� The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. (2) �Specific Instructions.� Quotes shall consist of three parts, as identified below. PRICE QUOTATION.� Submit the price quote in accordance with the line item structure listed in this solicitation.� Price quotes must be firm-fixed price.� Price quotes must include unit prices and extended amounts for each line item (i.e., multiply the unit price and quantity for each line item).� Include the total price (i.e., sum of all extended amounts) in the price quote.� Include delivery terms and schedule, any discounts, and payment terms (e.g., Net 30) with the price quote. DESCRIPTIVE LITERATURE.� In order for products to be considered by the Government, they must meet the salient physical, functional, or performance characteristics specified in this solicitation.� Clearly identify brand name and model number.� Include products� descriptive literature, such as illustrations, specification sheets, or product brochures that clearly identify that the product meets the Government�s requirements. CONTRACT DOCUMENTATION. Quoters are required to be registered in the System of Award Management (SAM) (https://www.sam.gov) at the time the quotation is submitted in order to comply with the annual representations and certifications requirements.� Quoters that are not registered in SAM at the time the quotation is submitted will not be considered. Quotes must include a completed copy of the following provisions that require fill-in text (listed in attachment #1 of this solicitation): FAR 52.212-3 (�The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision�). FAR 52.209-7 Information Regarding Responsibility Matters FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals- Representation DFARS 252.247-7023 Transportation of Supplies by Sea If applicable, provide a written statement that the quote incorporates all amendments to the solicitation. 3.� The addenda listed below at FAR 52.212-2, Evaluation�Commercial Items (Oct 2014) applies to this acquisition.� The evaluation factors to be included in paragraph (a) of this provision are Price, Technical Information, and Past Performance. ADDENDA TO FAR 52.212-2: BASIS FOR OFFER.� This is a competitive acquisition in accordance with FAR part 12 and part 13.5. �The Government will submit an offer in the form of a purchase order to the quoter that represents the best value to the Government.� Quotes will be evaluated as described below.� Solicitation Requirements.� All quotes submitted will be reviewed for completeness to determine if they contain all information requested in the addenda to FAR 52.212-1.� Quotes that are incomplete or missing information may be considered non-responsive and excluded from the evaluation. Technical Evaluation.� The evaluation team will review the descriptive literature to determine if quoted products meet the salient characteristics identified in this solicitation.� The technical information will be evaluated on a pass/fail basis. Price Evaluation.� The total evaluated price will be determined by adding together the extended amounts quoted for each line item.� The extended amounts will be confirmed by multiplying each line item quantity by the quoted unit price.� If there is a conflict between the quoted unit prices and extended amounts, the unit price shall be used to determine the total evaluated price.� Any discounts identified in the quote will be included in the evaluation of the total evaluated price.� No advantage will accrue to a vendor who submits a quote for an unreasonably low price.� The lowest price quote may not necessarily be selected.� Failure to propose for any line item may cause the vendor�s quote to be considered non-responsive and excluded from the evaluation.� The price evaluation will document the reasonableness of the quoted price. In addition pricing considerations listed in clause 52.216-3�Economic Price Adjustment-Semistandard Supplies.(Jan1997) will be considered when evaluating pricing data for the line items listed. �Past Performance Evaluation.� The past performance evaluation will be based on the contracting officer�s knowledge of and previous experience with the supplies being acquired and in accordance with DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Mar 2018).� A quoter will not be evaluated favorably or unfavorably if they do not have a record of past performance in SPRS under the PSC of the items being purchased. 4.� The clause at FAR 52.212-4, Contract Terms and Conditions�Commercial Items (Oct 2018), and the addenda listed below applies to this acquisition. ADDENDA TO FAR 52.212-4: Text in paragraph (c) is deleted and replaced with the following: (c)� Changes.� Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, etc. authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting Officer (for a complete list of changes that may be made unilaterally, see FAR 43.103(b)). III. ADDITIONAL PROVISIONS AND CLAUSES. The contracting officer has determined the provisions and clauses listed in Attachment #1 to be necessary for this acquisition.� The full text of each provision and clause can be viewed at https://www.acquisition.gov/browse/index/far (FAR), https://www.acquisition.gov/dfars (DFARS), and https://www.acquisition.gov/affars (AFFARS). 52.216-3�Economic Price Adjustment-Semistandard Supplies.(Jan1997) As prescribed in�16.203-4(b), insert the following clause. The clause may be modified by increasing the 10 percent limit on aggregate increases specified in paragraph (c)(1), upon approval by the chief of the contracting office. The Contractor warrants that the supplies identified as Line Item 0001: Nitrile gloves, Line Item 0002: Nitrile gloves, Line Item 0003: Nitrile gloves, Line Item 0004: Nitrile gloves, in the Schedule are, except for modifications required by the contract specifications, supplies for which it has an established price. The term �established price� means a price that (1) is an established catalog or market price for a commercial item sold in substantial quantities to the general public, and (2)is the net price after applying any standard trade discounts offered by the Contractor. The Contractor further warrants that, as of the date of this contract, any difference between the unit prices stated in the contract for these line items and the Contractor�s established prices for like quantities of the nearest commercial equivalents are due to compliance with contract specifications and with any contract requirements for preservation, packaging, and packing beyond standard commercial practice. ������(b)�The Contractor shall promptly notify the Contracting Officer of the amount and effective date of each decrease in any applicable established price. Each corresponding contract unit price (exclusive of any part of the unit price that reflects modifications resulting from compliance with specifications or with requirements for preservation, packaging, and packing beyond standard commercial practice) shall be decreased by the same percentage that the established price is decreased. The decrease shall apply to those items delivered on and after the effective date of the decrease in the Contractor�s established price, and this contract shall be modified accordingly. ������(c)�If the Contractor�s applicable established price is increased after the contract date, the corresponding contract unit price (exclusive of any part of the unit price resulting from compliance with specifications or with requirements for preservation, packaging, and packing beyond standard commercial practice) shall be increased, upon the Contractor�s written request to the Contracting Officer, by the same percentage that the established price is increased, and the contract shall be modified accordingly, subject to the following limitations: �����������(1)�The aggregate of the increases in any contract unit price under this clause shall not exceed 10 percent of the original contract unit price. �����������(2)�The increased contract unit price shall be effective- ����������������(i)�On the effective date of the increase in the applicable established price if the Contracting Officer receives the Contractor�s written request within 10 days thereafter; or ����������������(ii)�If the written request is received later, on the date the Contracting Officer receives the request. �����������(3)�The increased contract unit price shall not apply to quantities scheduled under the contract for delivery before the effective date of the increased contract unit price, unless failure to deliver before that date results from causes beyond the control and without the fault or negligence of the Contractor, within the meaning of the Default clause. �����������(4)�No modification increasing a contract unit price shall be executed under this paragraph (c) until the Contracting Officer verifies the increase in the applicable established price. �����������(5)�Within 30 days after receipt of the Contractor�s written request, the Contracting Officer may cancel, without liability to either party, any undelivered portion of the contract items affected by the requested increase. ������(d)�During the time allowed for the cancellation provided for in paragraph (c)(5) of this clause, and thereafter if there is no cancellation, the Contractor shall continue deliveries according to the contract delivery schedule, and the Government shall pay for such deliveries at the contract unit price, increased to the extent provided by paragraph (c) of this clause. (End of clause) IV. ATTACHMENTS TO THIS SOLICITATION 1. Provisions and Clauses 2. Buy American Certificate 3. BPA Terms and Conditions
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b9a75df4486745c09ad40e844ffa6de2/view)
 
Place of Performance
Address: USAF Academy, CO 80840, USA
Zip Code: 80840
Country: USA
 
Record
SN05793021-F 20200912/200910230147 (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.