This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both beta.sam.gov and NECO (https://www.neco.navy.mil/).
The RFQ number is N0060421Q4021. This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-04 and DFARS Publication Notice 2021-0115.
It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 811219 and the Small Business Standard is $22 Million. The Small Business Office concurs with other than full and open competition decision.
The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals.
This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
The NAVSUP Fleet Logistic Center- Pearl Harbor, requests responses from qualified sources capable of providing:
CLIN 0001: EMS Protect â Power Cots (model number 6506) and EMS Protect â Power Load (Model number 6390) Perform maintenance under warranty according to the PWS
CLIN 1001: EMS Protect â Power Cots (model number 6506) and EMS Protect â Power Load (Model number 6390) Perform maintenance under warranty according to the PWS â Option Year 1
CLIN 2001: EMS Protect â Power Cots (model number 6506) and EMS Protect â Power Load (Model number 6390) Perform maintenance under warranty according to the PWS - Option Year 2
CLIN 3001: EMS Protect â Power Cots (model number 6506) and EMS Protect â Power Load (Model number 6390) Perform maintenance under warranty according to the PWS - Option Year 3
CLIN 4001: EMS Protect â Power Cots (model number 6506) and EMS Protect â Power Load (Model number 6390) Perform maintenance under warranty according to the PWS - Option Year 4
The Period of performance is 01 March 2021 to 28 February 2026.
The primary Place of Performance is: Federal Fire Department Headquarters 650 Center Dr. BLDG 284 JBPHH, HI 96860. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.
Attachments:
1 - Performance Work Statement (PWS)
2 - Sole Source Justification Redacted
3 - 52.212-3 and Alternate I
4 - 52.204-24 Representations Regarding Certain Telecommunications and Video Surveillance Services or Equipment (MUST BE FILLED OUT AND RETURNED WITH QUOTE)
The following FAR provisions and clauses are applicable to this procurement:
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204-18 Commercial and Government Entity Code Maintenance
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment
52.204-26 Covered Telecommunications Equipment or Services--Representation
52.204-7 System for Award Management
52.204-9 Personal Identity Verification of Contractor Personnel
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.212-1 Instructions to Offerors - Commercial Items (Deviation 2018-O0018);
52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items;
52.212-4 Contract Terms and Conditions - Commercial Items;
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders â Commercial
52.217-5 Evaluation of Options
52.217-8 Option to Extend Services
52.217-9 Option to Extend the Term of the Contract
52.219-28 Post-Award Small Business Program Representation
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-3 Convict Labor
52.222-36 Affirmative Action for Workers with Disabilities
52.222-37 Equal Opportunity for Veterans
52.222-41 Service Contract Labor Standards
52.222-42 Statement of Equivalent Hires
52.222-50 Combating Trafficking in Persons
52.222-55 Minimum Wages Under Executive Order 13658
52.222-62 Paid Sick Leave Under Executive Order 13706
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-33 Payment by Electronic Funds TransferâSystem for Award Management
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest after Award
52.233-4 Applicable Law for Breach of Contract Claim
52.252-5 Authorized Deviations in Provisions
52.252-6 Authorized Deviations in Clauses
Quoters shall include completed copies of 52.212-3 and its ALT I with quotes.
All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:
252.203-7000 Requirements Relating To Compensation of Former DoD Officials
252.203-7005 Representation Relating To Compensation of Former DoD Officials
252.204-7004 Antiterrorism Awareness Training for Contractors
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.204-7015 Disclosure of Information To Litigation Support Contractors
252.204-7016 Covered Defense Telecommunications Equipment or Services â Representation
252.204-7017 Prohibition on the Acquisition of Covered Dsefense Telecommunications Equipment or Services â Representation
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.223-7008 Prohibition of Hexavalent Chromium
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
252.237.7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts)
252.246-7008 Sources of Electronic Parts
252.247-7023 Transportation of Supplies by Sea
Questions regarding the solicitation: Questions shall be submitted electronically to
[email protected].
Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ number N0060421Q4021 in the subject line. Other methods of submitting questions will not be acknowledged or addressed. Questions may be submitted at any day and time, but not later than 1200 Hawaii Standard Time on 8 February 2021. Questions submitted after this date and time may not be accepted.
Since the submittal of questions may result in amendments to the RFQ, it is imperative that questions be submitted as soon as possible.
Evaluation Criteria: Procedures in FAR 13.106 are applicable to this procurement. Award decision will be
based on a combination of price and a determination of responsibility.
Price: Quoters shall submit a price for each item listed in this Notice.
In determining whether a price is fair and
reasonable, the government may use historical data, independent Government estimates in its price analysis, or
any other technique permissible by FAR 13.106-3 and FAR 15.404-1(b).
Responsibility Determination: To be eligible for award of a purchase order hereunder, the Quoter must be
determined by the Contracting Officer to be a responsible prospective Quoter in accordance with FAR 9.1.
The Government may utilize a combination of various Government database repositories used to determine that
a contractor is responsible. Such sources include but are not limited to the following: System for Award
Management (SAM), Past Performance Information Retrieval System (PPIRS), Contractor Performance
Assessment Reporting System (CPARS) and or the Federal Awardee Performance and Integrity Information
System (FAPIIS).
Issuance of a purchase order: The Government intends to evaluate quotations and issue a purchase order based
upon initial quotations received.
Therefore, the Quoters initial quotation should contain the Quoters best terms
from a price and technical standpoint. However, the Government reserves the right to request revised quotations
from, or negotiate final purchase order terms with Quoters if it is later determined by the Contracting Officer to
be necessary. However, the Contracting Officer will not establish a competitive range, conduct discussions, or
otherwise utilize the formal source selection procedures described at FAR Part 15. The Government may reject
any or all quotations if such action is in the public interest; issue a purchase order to other than the Quoter with
the lowest price; and waive informalities and minor irregularities in quotations received.
It is the Quoters
responsibility to ensure that there are no discrepancies presented within the information contained in its quote.
Potential quoters are hereby notified that in the event there are discrepancies within information in a quote
received by the Government, or in comparison to Government information provided in the solicitation, the
Government reserves the right to apply its judgment to resolve such discrepancies during the evaluation of the
quotes without conducting discussions.
This announcement will close at 1500 Hawaii Standard Time on 10 February 2021. Quotes shall be submitted electronically via email to
[email protected].
System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award.
Registration is free and can be completed on-line at http://www.sam.gov/.
All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
Bid Protests Not Available