COmbined Synopsis/Solicitation for Commercial ITEMS
i. 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. Quotations are requested and a written solicitation will not be issued.
ii. The synopsis/solicitation reference number is FA441821Q0013 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combination synopsis/solicitation that will be used to submit quotes.
iii This solicitation document and incorporated provisions and clauses are those in effect through FAC 2021-05 Effective March 10, 2021.
iv. This acquisition is 100% small business set-aside under NAICS code 811219 with a size standard of $20.5M.
v. Contractor shall submit a quote IAW with attached RFQ Attachment No. 1, Price List. Please use the RFQ for specific items and quantities, as well as the requirement specifications described in the Performance Work Statement Attachment No. 2.
vi. The Contractor shall provide Night Vision Goggles Preventative Maintenance Inspection and Repair in accordance with Attachment No. 2, (PWS). The location of contract performance is at the vendor’s facility.
vii. The period of performance is one (1) base year of 12 months plus four (4) options of 12 months each.
Base period: 1 Oct 2021 – 30 Sep 2022
1st Option: 1 Oct 2022 – 30 Sep 2023
2nd Option: 1 Oct 2023 – 30 Sep 2024
3rd Option: 1 Oct 2024 – 30 Sep 2025
4th Option: 1 Oct 2025 – 30 Sep 2026
viii. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition as specified below;
a. Vendors shall submit pricing utilizing the price worksheet provided as attachment No. 1 with their quote.
b. Offerors shall submit a list of no more than three (3) past performance references for work performed within the past three (3) years as of the date of this solicitation. Past performance references should address the same or similar performance as this solicitation requires.
c. All RFQ submissions by offeror’s should be made valid through 30 Sep 2021.
ix. 52.212-2 FAR 8.405-2 Evaluation - Instructions for Preparation and Submission of Quotes:
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.
1) PRICE
2) PAST PERFORMANCE
(b) Options. The Government will evaluate offers for award purposes by adding the total price for the base period of performance, and all option years to establish the total evaluated price. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
Basis for Contract Award: This is a competitive selection in which competing offeror’s past performance will be evaluated on a basis significantly more important than price. The evaluation process shall proceed as follows:
a. Attachment No. 1 – RFQ document – The extended amount for each CLIN X001 Line Item must equal the unit price multiplied by the number of units. It is imperative the mathematical calculations are correct. Numeric rounding shall be limited to whole dollar amounts.
b. Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic period. The Government may determine an offer is unacceptable if their option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
2. Past Performance – Beginning with the lowest reasonably priced offeror, the contracting officer shall seek recent and relevant performance information on offerors based on (1) the past efforts provided by the offeror and (2) data independently obtained from other Government and commercial sources.
a. Recent performance includes projects performed within the past three years. Relevant performance includes performance of efforts involving Calibration and Repair of PVS7 NVG’s or performance consistent with SOW performed on similar NVGs.
b. The purpose of the past performance evaluation is to allow the government to assess the offeror’s probability of meeting the solicitation requirements based on the offeror’s demonstrated past performance.
c. The assessment process will result in an overall performance confidence assessment of Substantial Confidence, Satisfactory Confidence, Neutral Confidence, Limited Confidence, or No Confidence. Past performance regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement will not be rated as highly as past performance information for the principal offeror. Offerors with no recent/relevant performance history or if the offeror’s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned shall receive the rating "Unknown Confidence," meaning the rating is treated neither favorably nor unfavorably (neutral).
d. If the lowest priced offer is judged to have a “Substantial Confidence” performance confidence assessment, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers.
e. If the lowest priced offeror is not judged to have a “Substantial Confidence” performance confidence assessment, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to have a “Substantial Confidence” performance assessment or until all offerors are evaluated. If the evaluation does not result in an offer being judged to have a “Substantial Confidence” performance assessment, a trade-off will be made using the evaluation criteria of Price and Past Performance to make an integrated assessment best value award decision.
(x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov .
(xi) The clause at FAR 52.212-4, Contract Terms and Condition—Commercial
Items, applies to this acquisition.
(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition.
The offeror shall comply with the FAR clauses identified at paragraph (b) of the clause as indicated by the Contracting Officer by inclusion in the list below;
The offeror shall comply with the FAR clauses identified at paragraph (c) of the clause as indicated by the Contracting Officer by inclusion in the list below;
(xiii) The following additional clauses are applicable to this procurement.
(xvi) Questions can be addressed to SSgt Hilton Huff, Contract Specialist, at (843) 963-4547 email [email protected] and CC Terry Harrelson, Contracting Officer, at (843) 963-, email [email protected].
For more opportunities, visit https://beta.sam.gov/ Also see: http://www.sba.gov