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; quotes are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is W91ZLK-16-T-0122. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-23. This requirement is a Total Small Business Set Aside. The Government contemplates award of a Firm-Fixed Price purchase order for Supply manuals. This requirement will be procured as Brand Name or Equal, small business set-aside on FedBizOps. The Associated North America Industry Classification Code (NAICS) 323117 and the Business Size Standard are 500.
US Army Public Health Command, located at Edgewood Area, Aberdeen Proving Ground, Maryland requires the following requirement:
Description of Requirement:
1. International Air Transport Association (IATA) Dangerous Goods Regulations (DGR) for Hazardous Materials Transport 2016 IATA, 57th Edition), Quantity: 375 each
2. Freight Fee
STATEMENT OF WORK (Attached) for background, specifications, and delivery schedule.
Acceptance shall be at destination.
Shipping shall be FOB Destination to US Army Public Health Command, located at Edgewood area at Aberdeen Proving Ground, Maryland 21005.
The following provisions and clauses will be incorporated by reference:
52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment
52.211-6 Brand Name or Equal
(a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation.
(b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-
(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;
(2) Clearly identify the item by-
(i) Brand name, if any; and
(ii) Make or model number;
(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
(4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.
(c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.
(d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.
(End of provision)
52.212-1 Instruction to Offerors Commercial Items
52.212-2, Evaluation Commercial Items:
The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis.
52.212-3 Offerors Representations and Certifications Commercial Items
An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision.
52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition.
52.223-11 Ozone Depleting Substances
52.247-34 FOB Destination
52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable:
52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S .C. 2402)
52.203-13, Contractor Code of Business Ethics and Conduct
52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters
52.209-10, Prohibition on Contracting with Inverted Domestic Corporation
52.219-6 Notice of Total Small Business Set-Aside
52.219-8 Utilization of Small Business Concerns
52.222-3, Convict Labor
52.222-19 Child Labor Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-35 Equal Opportunity for Veterans
52.222-36 Affirmative Action for Workers with Disabilities
52.222-37 Employment Reports on Veterans
52.222-40, Notification of Employee Rights Under the National Labor Relations Act
52.222-50, Combating Trafficking in Persons
52.223-15, Energy Efficiency in Energy-Consuming Products
52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving
52.225-1 Buy American Act - Supplies
52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act
52.225-5 Trade Agreements
52.225-13 Restrictions on Certain Foreign Purchase
52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration
52.239-1, Privacy or Security Safeguards
52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
52.246-2 Inspection of Supplies-Fixed Price
52.252-1 Solicitation Provisions Incorporated by Reference:
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions/clauses listed above and below may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil
252.212-7000 Offeror Representations and Certifications-Commercial Items
252-211-7003 Item Identification and Valuation
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional DFAR clauses cited in the clause are applicable:
52.203-3 Gratuities
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7003 Agency Office of the Inspector General
252.225-7001 Buy America and Balance of Payment Program
252.225-7008 Restriction on Acquisition of Specialty Metals
252.225-7009 Restriction on Acquisition of Certain Article Containing Specialty Metals
252.225-7012 Preference for Certain Domestic Commodities
252.225-7015 Restriction on Acquisition of Hand or Measuring Tools
252.225-7016 Restriction on Acquisition of Ball and Roller Bearings
252.225-7021 Trade Agreements
252.225-7036 Buy American Act-Free Trade Agreements Balance of Payments Program
252.227-7015 Technical Data-Commercial Items
252.227-7037 Validation of Restrictive Markings on Technical Data if applicable
252.225-7038 Restriction on Acquisition of Air Circuit Breakers
252.232-7003 Electronic Submission of Payment Requests
252-247-7023 Transportation of Supplies by Sea
252-247-7024 Notification of Transportation of Supplies by Sea
EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax.
AMC-LEVEL PROTEST (NOV 2008)
If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution.
HQ Army Materiel Command
Office of Command Counsel
9301 Chapel Rd, Room 2-1SE3401
Ft. Belvoir, VA 22060-5527
Facsimile number: (703) 806-8866 or 8875
Packages sent by FedEx, UPS, or other delivery service should be addressed to:
HQ Army Materiel Command
Office of Command Counsel
Room2-1SE3401
1412 Jackson Loop
Ft. Belvoir, VA 22060-5527
The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp
Quotations must be signed, dated and received by 10:00 AM EST 29 April 2016 via email to Sharon Gary at sharon.a.gary@[email protected] located at the US Army Contracting Command, Aberdeen Proving Ground, Tennant Contracting Division, Attention: CCAP-SCI, 6001 Combat Drive, Aberdeen Proving Ground, MD 21005.
All quotations from responsible sources will be fully considered. Vendors who are not registered in the SAM database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov , service desk http://www.FSD.gov. For questions concerning this Request for Quotations contact Ms. Sharon Gary, Contracting Officer, via email at sharon.a.gary@[email protected] NO TELEPHONE REQUESTS WILL BE HONORED.
Bid Protests Not Available