This amendment to the RFQ adds a requirement, clarifies another, and extends the period of time in which a quote/revised quote may be submitted.
There is added to the RFQ a requirement for a wall-mounted HVAC unit compatible with the electrical requirements earlier requested.
As clarification, the term, "Panorama glass-to-glass" is intended to mean "full perimeter glazing." This clarification will assure that metal supports are placed at each corner of the glazing and will help reduce the chance of grazing at the corners and the potential deterioration of the glass.
The time for a quote to be submitted is extended until 4:00 CDST on June 5, 2019.
Except as noted above, all other terms of the RFQ remain as earlier stated.
COMBINED SYNOPSIS/SOLICITATION
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, LIRO-Guard-0001, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-2 issued on May 6, 2019.
The following commercial items are requested in this solicitation:
DESCRIPTION: The FEMA Region VI Louisiana Integration & Recovery Office (LIRO), is seeking quotes from manufacturers of guard booths/shacks who produce off-the- shelf (OTS), i.e., commercial items as part of their standard product line, bullet resistant units which meet the following requirements:
4' x 8' guard booth, portable, pre-assembled; Panorama series features, glass-to-glass corners to permit maximum visibility; Welded galvanized steel construction; Standard color; Each booth shall have these structural features: Three-inch (3") canopy overhang; Four-inch (4"), elevated base; Insulated walls and ceiling; Tread plate floor; One (1) sliding door with h-d lock; Work counter with storage drawer; Bullet resisting UL 752 level 3 glazing and walls. In addition, each booth shall provide: Exterior lighting, mounted at corner(s) of guard shack; Built-in electric, including fluorescent light with lens and wall switch; Fan-forced heater; 120V electrical outlet; All wiring to a wall-mounted circuit box with main switch. And such other standard features as manufacturer offers including terms of warranty.
Shipment: FOB Destination, on flatbed truck, accessible by forklift with or without forklift extensions, or with roof lifting lugs. NOTE: FEMA will offload units from the flatbed. Therefore, manufacturer's quote must include the weight of the guard shack being offered and whether manufacturer recommends offloading from transport truck by forklift or crane. Trucking company shall be instructed to contact FEMA onsite POC not less than 24 hours before delivery, to allow time to arrange offload.
CLIN 0001: Guard Booths
Quantity: 3 EA
Date of Delivery: As soon as practicable but no later than ninety (90) days after receipt of Order (ARO)
Delivery Location/Place of Performance: 1500 Main Street Baton Rouge, LA 70802
The following Federal Acquisition Regulation (FAR) provisions [P] and clauses [C] apply to this acquisition:
[P] 52.212-1, Instructions to Offerors -- Commercial Items.
A. Quotes must include:
1) Solicitation Number
2) Name, Address, and Telephone Number of the Offeror
3) DUNS Number
4) List the technical description and specifications of the items being offered to evaluate compliance with requirements in solicitation. Include the terms of any express warranty for any or all items
5) State the delivery time of the items being offered to evaluate compliance with the requirements in the solicitation.
6) Include Firm Fixed Price for all three (3) units. All items shall be quoted FOB Destination.
7) Acknowledge the solicitation and any amendments
B. Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation.
[P] 52.212-2, Evaluation - Commercial Items. Quotes will be evaluated for award purposes on the basis of lowest priced technically acceptable (LTPA) offer. FEMA will issue a purchase order to the successful manufacturer whose technical specifications, delivery time, and price quote represents the best value to the Government.
A. Quotes/Reponses will be evaluated in this manner:
1) All quotes will be reviewed for timeliness. If the offer is received after the closing date and time and does not meet the criteria for "late submissions" in the solicitation, the quote/offer will not be considered.
2) Timely offers will be reviewed for responsiveness to the solicitation (items in FAR Clause 52.212-1 and 52.212-3, and active SAM registration (see item 5 below)). If the offer is not responsive to the solicitation, it will not be evaluated and the offeror will be notified that the offer is nonresponsive.
3) Timely and responsive quotes will be evaluated for technical acceptability based on the following technical factors: specifications and delivery time. Offerors shall provide the specifications of the guard booths/shacks to include a detailed qualitative description of the functional and salient characteristics of the units. Offerors shall provide the delivery date for shipment and arrival of all units. If the offer is not technically acceptable to the solicitation, or there is insufficient data to evaluate capabilities, then the quote will not be evaluated further and the Offeror will be notified that the offer is not technically acceptable.
4) Offerors shall quote a firm fixed price to include all three (3) units delivered to 1500 Main Street Baton Rouge, LA 70802, FOB Destination. Award will be made to the lowest priced technically acceptable offeror. Price reasonableness shall be based on competitive prices received, estimates, previous prices for similar requirements, or other pricing information available to the Government.
5) Contractor must have an active SAM registration and account by date of submission listed on the solicitation in order to be eligible for award. Contractors with a status of pending approval will not be considered eligible. Contractors are responsible for knowing their approval status. Contractors can verify status of their SAM account at https://www.sam.gov.
[C] The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.203-13, 52.209-6, 52.209-9, 52.222-3, 52.222, sub-clauses-19; -21; -26; -35; -36; and -37; 52.222-50, 52.223-18; 52.225-1, 52.232-33. The full text of the referenced FAR provisions and clauses may be accessed electronically at https://www.acquisition.gov/far/.
QUESTION AND ANSWER PERIOD: All questions must be in writing and emailed to Richard Roberg, Contracting Officer, [email protected], 5/23/2019, 4:00 pm, CSDT
QUOTE DUE DATE: All quotes are due by Wednesday, 29 May 2019, at 4:00 PM CDST. All quotes MUST be sent electronically to Richard Roberg, Contracting Officer, [email protected].