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. This solicitation, W912J6-19-Q-0073, is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-05, effective 13Aug2019. This procurement is a 100% Small Business set-aside in accordance with (IAW) the Federal Acquisition Regulation (FAR) Part 19.502-2 (b). The NAICS code is 332439 and the small business size standard is 500 EMP. The following commercial items are requested in this solicitation:
If you are a interested party and are capable of providing the required supplies, please provide the requested information and pricing for each line item as indicated below. Responses to this notice should include: company name, address, point of contact and business size.
Contractor shall provide all items listed below. Contract line item numbers (CLINs) and quantities are as follows:
CLIN 0001: One-trip 20' containers, Qty: four (4) each.
CLIN 0002: Shipping: FOB Destination to: MFTR (RTI) HI ARNG
711 Tinker Road Waimanalo , HI 96795
Vendor shall schedule delivery no less than 24hrs prior to delivery
Salient Characteristics:
20ft Container (8' x 8' ½ x 20')
Two (2) Fixed Louver Side Vents with Bug Screens Installed (per container)
Elastomeric Protective/Reflective Roof Coating
New Equipment ONLY. NO USED OR REFURBISHED PRODUCTS WILL BE ACCEPTED.
A Firm-Fixed Price, Supply type contract will be awarded in accordance with FAR parts 12 and 13, Commercial and Simplified Acquisition Procedures.
NOTE: Potential offers must be aware that the items being acquired are procured as Brand Name Equal or better. For those items that are "or equal", provide a description of the salient characteristics outline above. The FAR Clause 52.211-6 Brand Name or Equal applies to this procurement. Any items quoted as equal not confirming to the requirements of clause 52.211-6 will be considered non-responsive and not considered for award.
The following provisions are incorporated into this solicitation by reference:
52.204-7, System for Award Management
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13, SAM Maintenance
52.204-16, Commercial and Government Entity Code Reporting
52.204-17, Ownership or Control of Offeror
52.204-18, Commercial and Government Entity Code Maintenance
52.204-19, Incorporation by Reference of Representations and Certifications
52.204-20, Predecessor of Offeror
52.204-22, Alternative Line Item Proposal
52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.209-10, Prohibition on Contracting with Inverted domestic Corporations
52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
52.211-6, Brand Name or Equal
52.212-1, Instructions to Offerors - Commercial Items
52.212-3, Offeror Representations and Certifications- Commercial Items- Alternate I
52.212-4, Contract Terms and Conditions - Commercial Items
52.212-5, Contract Terms and Conditions Required to Implement Status or Executive Orders-Commercial Items
52.219-1, Small Business Program Representations
52.219-28, Post-Award Small Business Program Representation
52.222-3, Convict Labor
52.222-19, Child Labor-Cooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-22, Previous Contracts and Compliances Report
52.222-26, Equal Opportunity
52.222-36, Equal Opportunity for Workers with Disability Requirements
52.22-50, Combating Trafficking in Person
52.223-5, Pollution Prevention & Right-To-Know Information
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications
52.232-1, Payments
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.233-1, Disputes
52.233-3, Protest after Award
52.233-4 Applicable Law for Breach of Contract Claim
52.247-34, F.O.B Destination
52.252-1, Solicitation Provisions Incorporated by Reference
52.252-2, Clauses Incorporated by Reference
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.203-7005, Representation Relating to the Compensation of Former DoD Officials
252.204-7003, Control of Government Personnel Work Product
252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
252.211-7003, Item Unique Identification and Valuation
252.225-7001, Buy American and Balance of Payment Program
252.225-7048, Export-Controlled Items
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7006, Wide Area WorkFlow Payment Instructions
252.232-7010, Levies on Contract Payments
252.244-7000, Subcontracts for Commercial Items
252.247-7023, Transportation of Supplies by Sea
Method of Payment is Wide Area Workflow (WAWF)
All interested vendors shall be registered in System for Award Management (SAM) to be considered eligible for award.
IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site.
The associated North American Industrial Classification System (NAICS) code and small business size standard for this NAICS code can be found at https://www.sba.gov/site/defualt/files/files/size_standards/table.pdf
Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov.
Quotes are due by 4:00 p.m. local (HST) time on 06 September, 2019. Oral submission will not be accepted. Electronic proposals must be submitted via e-mail to SrA David Marshment at [email protected]. No telephone inquiries will be accepted. Only written inquires received directly form the offeror are acceptable. Facsimile proposals will not be accepted. All questions shall be submitted no later than 02 September, 2019 at 12:00 p.m. (HST).