Submit email quotes (using PDF, MS Word or Excel attachments) to Martha Bailey at [email protected]. Quotes are due no later than 04:00 PM EST, 21 SEP 2016.
USCG BASE Kodiak Fire Department requests quotes from qualified sources capable of providing Scott Safety Air Pak X3 Self Contained Breathing Apparatus (SCBA) and facepieces (brand name only) as detailed in the attached SF-18. USCG Base Kodiak FD is already utilizing Scott Safety cylinders, which are a subassembly of the Air Pak X3 SCBA. A brand name only acquisition is supported by the rationale that Scott Safety cylinders are already being utilized by Base Kodiak FD and introducing other branded products is not viable because of the cost to replace existing cylinders and the time required to raining personnel on the new capabilities and limitations of newly introduced products would interfere with the safe execution outside of a training scenario.
View attached SF-18 Request for quote for a list of the required items and quantities.
The successful bidder must be authorized by the manufacturer to sell and service the equipment specified herein.
All terms, conditions, requirements, clauses and provision herein shall apply to this combined synopsis/solicitation.
TYPE OF CONTRACT:
The Government contemplates award of a Firm Fixed Price contract resulting from this combined synopsis/solicitation.
PROVISIONS AND CLAUSES:
FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED;
FAR 52.212-3, Offeror Representations and Certifications-Commercial Items;
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. In compliance with said clause, the following FAR clauses apply:
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards;
52.204-19, Incorporation by Reference of Representations and Certifications;
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment;
52.216-24, Limitations on Government Liability;
52,216-25, Contract Definitization;
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;
52.222-36, Affirmative Action for Handicapped Workers with disabilities;
52,222-50, Combating Trafficking in Persons;
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving;
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities and Transactions, Related to Iran Representation and Certifications;
52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act (Alt I);
52.225-13, Restrictions on Certain Foreign Purchases;
52.232-33, Payment by Electronic Funds Transfer-System for Award Management;
52.232-39, Unenforceability of Unauthorized Obligations;
HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (JUN 2006);
HSAR 3052.212-70 Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items;
HSAR 3052.247-72 F.o.b. Destination Only.
ELECTRONIC FUNDS TRANSFER (EFT) INFORMATION
1. To receive payment, the contractor shall submit their EFT information to the Government. EFT information may be submitted by EFT form, through System for Award Management (SAM). Failure to provide the EFT information or failure to notify the Government of changes to this EFT information may result in delays in payments and/or rejection of the invoice in accordance with the Prompt Payment clause of this contract.
If at any time during the term of this contract, the contractor changes any EFT information, (i.e. financial agent, RTN, account number, etc.) the new EFT information must replace the old EFT information on subsequent invoices submitted under this contract, through SAM.
EVALUATION FACTORS FOR AWARD:
USCG Base Kodiak intends to award one Firm Fixed Price Purchase Order based on Low Priced Technically Acceptable (LPTA). Evaluation of price will be based on the offeror's aggregate price for all supplies or services as required above.
Factor 1 - Technically Acceptable means offeror provides all the equipment and materials as specified herein. All items shall be quoted; incomplete quotes may not be considered. This is an "All or Nothing" acquisition. This is a Brand Name Only requirement. All items shall be from Scott Safety. No other brand is acceptable. Offeror shall include their estimated delivery time after receipt of award (ARO).
Factor 2 - Price, inclusive of any shipping costs for delivery to Kodiak, Alaska (99619), shall be evaluated.
Award will be made on the basis of the lowest evaluated price of the quote meeting or exceeding the Factor 1. Past performance is not an evaluation factor for this acquisition. The offeror's initial quote shall contain the offeror's best terms from a total price (including any applicable shipping costs) and technical standpoint. The Government intends to evaluate quotes and award a purchase order without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation.
OFFEROR QUESTIONS:
If you have any questions, please contact Martha Bailey by email to: [email protected]. No phone calls accepted.
QUOTE SUBMISSION INSTRUCTIONS:
Submit email quotes (using PDF, MS Word or Excel attachments) to Martha Bailey [email protected]