SOLICITATION NOTICE
41 -- COMMERCIAL COOLING FANS CONUS
- Notice Date
- 11/20/2024 7:11:02 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333413
— Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
- Contracting Office
- DLA DISPOSITION SERVICES - EBS BATTLE CREEK MI 49037-3092 USA
- ZIP Code
- 49037-3092
- Solicitation Number
- SP451025Q1004
- Response Due
- 12/10/2024 9:00:00 AM
- Archive Date
- 12/25/2024
- Point of Contact
- Chad Hankins, Phone: 2699615224
- E-Mail Address
-
chad.hankins@dla.mil
(chad.hankins@dla.mil)
- Description
- This is a combined synopsis/solicitation for commercial products 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. The solicitation number is SP451025Q1004 and being issued as a request for quotation (RFQ). This solicitation and incorporated provisions and clauses are in effort through Federal Acquisition Circular 2025-01. See attached Statement of Work (SOW) and applicable provisions and clauses. This is an unrestricted requirement for Commercial Cooling Fans for DLA Disposition sites CONUS. The NAICS code is 333413 and the requirement will result in a Firm Fixed Priced IDIQ contract. Background: The primary mission of the Defense Logistics Agency (DLA) Disposition Services is to dispose of Department of Defense (DoD) excess and surplus property generated by the military services. This is accomplished through reutilization to other DoD activities, transfer to other Federal agencies, donation to authorized state and local organizations, sale to the public, or ultimate disposal through abandonment or destruction. DLA Disposition Services Headquarters is located in Battle Creek, Michigan, with a variety of field sites worldwide. DLA Disposition Services is responsible for managing the DoD Surplus Property Program. To accomplish this mission, DLA Disposition Services is seeking to purchase Commercial Cooling Fans in accordance with the attached Statement of Work (SOW) for DLA Disposition Services CONUS (See attachments, SOW and Price Schedule for Specifications/Additional Terms). Offers are due at 12:00 PM Eastern Time (United States), on 10 December 2024. Email quotes to chad.hankins@dla.mil. The following provisions and clauses are applicable to this solicitation: The provision at FAR 52.212-1 (Instructions to Offerors � Commercial Items (Sep 2023) The provision at FAR 52.212-2 (Evaluation -- Commercial Items) (NOV 2021) applies to this procurement (with evaluation consisting of award to the responsible contractor on the basis of the lowest evaluated price, meeting or exceeding the acceptability standards for non-cost factors (low price � technically acceptable). The following non-cost factors will be used to evaluate offers: Salient Characteristics, C. In accordance with the provision FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items) (2023-O0002) (MAY 2024) and FAR 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services--Alternate I (MAY 2024) 024). 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). If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v) of this provision. D. FAR 52.212-4 (Contract Terms and Conditions -- Commercial Items) (NOV 2023) applies to this procurement. E. FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) (MAY 2024) applies to this procurement. The following FAR clauses apply to this procurement: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-10, Reporting Executive Compensation and First - Tier Subcontract Awards (JUN 2020) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; (DEC 2023) 52.204-25, Prohibition of Contracting for Certain telecommunications and Video Surveillance Services or Equipment; (NOV 2021) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021); 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations. (NOV 2015) 52.216-18, Ordering (AUG 2020) 52.216-22, Indefinite Quantity (Oct 1995) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (fill-ins are 7 calendar day notice provided there is a 14-calendar preliminary notice, with overall contract duration maximum of 5 years) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (FEB 2024) 52.222-21, Prohibition of Segregated Facilities (APR 2015); 52.222-25, Affirmative Action Compliance (APR 1984) 52.222-26, Equal Opportunity (SEP 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50, Combatting Trafficking in Persons (NOV 2021) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) 52.226-8, Encouraging Contractor Policies to Ban Text Messages While Driving (MAY 2024) 52.232-33 Payment by Electronic Fund Transfer-Central Contractor Registration (OCT 2018) 52.216-19, Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $2,500.00 the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of $35,000.00; (2) Any order for a combination of items in excess of $100,000.00; or (3) A series of orders from the same ordering office within 5 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor�s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) The following additional FAR clauses apply to this procurement: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems NOV 2021 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) 52.223-20, Aerosols (MAY 2023) 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) 52.233-1 Disputes (MAY 2014) 52.233-3, Protest After Award (AUG 1996) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.247-34, FOB Destination (NOV 1991) The following FAR provisions apply to this procurement: 52.204-7, System for Award Management (OCT 2018) 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) 52.204-17, Ownership or Control of Offeror (AUG 2020) 52.204-20, Predecessor of Offeror (AUG 2020) 52.204-22 Alternative Line Item Proposal (JAN 2017) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.204-26, Covered Telecommunications Equipment or Services � Representation (OCT 2020) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation (NOV 2015) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) 52.217-5, Evaluation of Options (Jul 1990) 52.222-22, Previous Contracts and Compliance Reports (FEB 1999) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation (DEC 2016) 52.232-23 Assignment of Claims (MAY 2014) The following DFARS clauses apply to this procurement: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (DEC 2022) 252.204-7003, Control of Government Personnel Work Product (APR 1992) 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (MAY 2024) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023) 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023) 252.204-7020, NIST SP 800-171 DoD Assessment Requirements. (NOV 2023) 252.204-7021, Cybersecurity Maturity Model Certification Requirements. (JAN 2023) 252.204-7022, Expediting Contract Closeout (MAY 2021) 252.211-7003, Item Unique Identification and Valuation (JAN 2023) 252.223-7008, Prohibition of Hexavalent Chromium (JAN 2023) 252.225-7001, Buy American and Balance of Payments Program - Basic (FEB 2024) 252.225-7002, Qualifying Country Sources as Subcontractors (MAR 2022) 252.225-7012, Preference for Certain Domestic Commodities (APR 2022) 252.225-7048, Export-Controlled Items (JUN 2013) 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023) 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (JUN 2023) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006, Wide Area Work Flow Payment Instructions (JAN 2023) (By reference, full text provided in award) 252.232-7010, Levies on Contract Payments (DEC 2006) 252.243-7001 Pricing of Contract Modifications (Dec 1991) 252.244-7000, Subcontracts for Commercial Items (NOV 2023) 252.246-7008, Sources of Electronic Parts (JAN 2023) 252.247-7023, Transportation of Supplies by Sea-Basic (JAN 2023) The following DFARS provisions apply to this procurement: 252.203-7005, Representation Relating to Compensation of Former DoD Officials (SEP 2022) 252.204-7016, Covered Defense Telecommunications Equipment or Services � Representation (DEC 2019) 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation (MAY 2021) 252.204-7024 Notice on the Use of the Supplier Performance Risk System MAR 2023 252.225-7000, Buy American � Balance of Payments Program Certificate - Basic (NOV 2014) 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (MAY 2022) 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Representation (JUN 2023) The following DLAD provision applies to this procurement: DLAD 5452.233-9001 DISPUTES � AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (JUN 2020) DLAD Procurement Notes: C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components (DEC 2016) C03 CONTRACTOR RETENTION OF SUPPLY CHAIN TRACEABILITY DOCUMENTATION (SEP 2016) L06 Agency Protests (DEC 2016) INSTRUCTIONS TO OFFERORS: Submit quotes by email to chad.hankins@dla.mil no later than the specified date and time. Attention should be noted to FAR 52.212-1(f), concerning late submissions. The offeror bears the risk of non- receipt of any email transmissions and should ensure that all pages of the quote have been received by the designated office before the deadline indicated. Email submissions by 4:00 pm one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration. Valid quotes are to include the following: 1. Completed price schedule: Price schedules are an attachment, responding firms are required to complete and return the attached price schedule to include all option periods (if applicable) and all line items within each period (if applicable). 2. Technical Submittal: All offerors shall submit the make, model, and technical salient characteristics of the Commercial Cooling Fans being quoted for technical acceptability review. The detailed specifications shall be complete to verify that all salient characteristics are met in accordance with the SOW (Statement of Work). 3. Offerors shall provide the applicable CAGE code or Unique Entity ID with their bid submission and provide FAR 52.212-3 Offerors Representations and Certifications and alternate. (See section C above for details). 4. Offerors shall clearly state the quoted products place of manufacture (country of origin). Quotes received without the above identified information will not be considered for an award.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/03e9aaeed5db4a61ad750d1e62677ba5/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07270515-F 20241122/241120230115 (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 |