SOLICITATION NOTICE
73 -- Procurement of Survival Backpack Items
- Notice Date
- 9/18/2023 12:25:14 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423910
— Sporting and Recreational Goods and Supplies Merchant Wholesalers
- Contracting Office
- USAID M/OAA WASHINGTON DC 20523 USA
- ZIP Code
- 20523
- Solicitation Number
- RFP_72012123R00014
- Response Due
- 9/22/2023 8:59:00 PM
- Archive Date
- 09/23/2023
- Point of Contact
- Manaye Abera, Lutfullah Shireenzada
- E-Mail Address
-
mabera@usaid.gov, lshireenzada@usaid.gov
(mabera@usaid.gov, lshireenzada@usaid.gov)
- Description
- Combined Synopsis/Solicitation: i) This is a combined synopsis/solicitation (�solicitation�) hereafter, which is expected to result in the award of a firm-fixed-price contract for providing Survival Backpack Items as fully described in the attached 24-page entitled �Requirement Description�. The solicitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested. An award, if any, will be made to the responsible offeror who submits a proposal that (1) conforms to the requirements of the solicitation; (2) receives a rating of �Acceptable� on the Technical Capability evaluation factor; (3) that submits the proposal with the lowest Total Evaluated Price (TEP), provided that the TEP is not unbalanced and is fair and reasonable.� The Government reserves the right to award without discussions or make no award at all.� The offered price should be fair and reasonable based on the prevailing market price for similar items/goods. ii) Solicitation #72012123R00014. This solicitation is issued as a request for proposal (RFP). iii) This solicitation document and incorporated provisions and clauses by this reference are those in effect through Federal Acquisition Circular 2023-04 iv) No set-asides are contemplated for this award. The NAICS code is 423910. v) The solicitation will be accomplished under the authority of FAR Part 12, Acquisition of Commercial Items. vi) Please refer to the attached ""Requirement Description"" document which includes two line items with freight charges. Line item 1 consists of 22 sub-line items that will be grouped together. The quantities and units of measure that describe this requirement are illustrated in the Requirement Description.� Proposals consisting of different items other than the goods described in the contract line-item numbers and items with their corresponding quantities and units of measure will not be considered for award. vii) This requirement is for genuine/original products ONLY. The government doesn�t accept remanufactured/refurbished, gray market, or compatible products. Original product is defined as a new product that is designed, manufactured, and distributed by the manufacturer for use bearing their brand name. viii) It is important to follow internationally accepted standards and logistics guidelines for packaging and marking. This ensures that the packaging and marking are done correctly and meet the necessary requirements. � ix) Please submit your Proposals in accordance with the instructions specified in the attached Requirement Document. Please ensure that your response includes all requested supplies and clearly demonstrates your company�s capability to meet the requirements specified in the attached document. The Government prefers to award based on initial offers, without holding negotiations or discussions. Therefore, it is critical that you are fully responsive to the solicitation and submit your best offer. The Government reserves the right to seek clarifications and conduct discussions and/or negotiations if determined to be in the Government�s best interest. Proposals consisting of something other than the required goods described in the Requirement Document will not be considered for award. x) Basis of Award and Evaluation Criteria: The award will be made to the responsible offeror whose offer conforms to the requirements and is determined to provide the best value to the Government utilizing the Lowest Price Technically Acceptable (LPTA) source selection process, considering the evaluation factors outlined below. Technical Compliance � goods proposed match those goods listed in the attachment titled �Requirement Description�. Past Performance � Past performance information shall include prior experience and similar performances undertaken by the contractor. Price - The Government will evaluate the Offeror�s proposed price to ensure that the offered price is fair and reasonable. Pricing information should be provided as a set for the entire list of items. Delivery Plan: The vendors must provide the most expedited means of delivery to ensure quick delivery to USAID Ukraine. Business Solution: The vendors who can come up with the best business and logistic solution for expedited delivery will be considered for this award. xi) Submission date and contact details: Proposals must be received no later than September 22, 2023. Offerors shall submit electronic offers via kyvprocurement@usaid.gov. Since the Requisition is urgent and the procurement needs to be finalized before the fiscal year-end, we are afraid to inform you that we don't have time to receive any type of questions. Any correspondence sent via e-mail must contain the subject line �Solicitation 72012123R00014.�� The contacts for information regarding the solicitation are Manaye Abera (Mabera@usaid.gov) and Lutfullah Shireenzada (lshireenzada@usaid.gov). xii) Shipping Address and Instruction: U.S Embassy Kyiv 4 A.l. Sikorsky St. 04112 Kyiv, Ukraine Att: USAID/Ukraine, Procurement Division Door to Door (D2D) shipping must be arranged and handled by the vendor to the destination. Shipping Instruction: Shipments to Kyiv, Ukraine are different from anywhere else in the world for various reasons with safety and security at the top of the list. In addition, the DPO/APO address is not authorized for official bulk shipments. Hence, all shipments must be arranged through Express or Cargo using (D2D) method: xiii) Eligibility to Receive Award: In order to be eligible to receive this award, vendors must be registered and have a valid registration and Unique Entity Identification in SAM.GOV. As per the regulations, all vendors who are interested in doing business directly with the U.S. government must be registered in SAM.GOV and have a valid registration and UEI number. xiv) Payment Terms: Payment will be processed in accordance with the prompt payment act no later than 30 days after receipt of items to USAID Ukraine and after the services and/or supplies are satisfactorily delivered and verified by USAID representative. Payment will be made in USD upon acceptance of services. Please submit your invoice directly to the payment section email address: voucher-kyv-ofm@usaid.gov and a courtesy copy to: kyvprocurement@usaid.gov. xv) Contract Clauses: FAR 52.204-16 -- Commercial and Government Entity Code Reporting FAR 52.204-18 -- Commercial and Government Entity Code Maintenance FAR 52.204-19 -- Incorporation by Reference of Representations and Certifications FAR 52. 204-23 -- Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities. FAR 52.204-24 -- Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25 -- Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-26 -- Covered Telecommunications Equipment or Services-Representation FAR 52.204-27 -- Prohibition on a ByteDance Covered Application. FAR 52.211-5 -- Material Requirements. (AUG 2000) FAR 52.212-1 -- Instructions to Offerors -- Commercial Products and Commercial Services. FAR 52.212-2 -- Evaluation -- Commercial Products and Commercial Services. FAR 52.212-3 -- Offeror Representations and Certifications �Commercial Products and Commercial Services. FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Products and Commercial Services. FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services. FAR 52.214-34 -- Submission of Offers in the English Language. FAR52.214-35 -- Submission of Offers in U.S. Currency. FAR 52.222-50 -- Combating Trafficking in Persons.� (MAR 2015) FAR 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging While Driving. (AUG 2011) FAR 52.225-13 -- Restrictions on Certain Foreign Purchases. FAR 52.232-1 -- Payments (APR 1984) FAR 52.232-39 -- Unenforceability of Unauthorized Obligations. (JUN 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 Products and Commercial Services. FAR 52.246-2 -- Inspection of Supplies-Fixed-Price. FAR 52.246-16 -- Responsibility for Supplies. FAR 52.247-14 -- Contractor Responsibility for Receipt of Shipment. FAR 52.247-15 -- Contractor Responsibility for Loading and Unloading. FAR 52.247-16 -- Contractor Responsibility for Returning Undelivered Freight.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/724a3de644fb4da598cce14c40648788/view)
- Place of Performance
- Address: Kyiv 04112, UKR
- Zip Code: 04112
- Country: UKR
- Zip Code: 04112
- Record
- SN06835937-F 20230920/230918230128 (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 |