(ii) Solicitation W911YN-17-T-A002 is issued as a Request for Quotation (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89, effective 15 Aug 2016. The DFARS provisions and clauses are those in effect to DPN 201600830, effective 30 Aug 2016.
(iv) This requirement is solicited as a Total Small Business Set-Aside. The North American Industrial Classification System (NAICS) code associated with this procurement is 811121 with a small business size standard of $7,500,000.00.
(v) The Pricing Schedule is incorporated as Attachment 1. Vendors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo.
(vi) The government intends to award a firm-fixed price contract for the following:
See Attachment 1: Pricing Schedule
(vii) Delivery shall be FOB Destination. Contractor shall include delivery schedule information on the Pricing Schedule, Attachment 1. All items shall be delivered in accordance with (IAW) the Performance Work Statement (PWS) to:
FL ARNG Armory, Plant City, FL 33563
FL ARNG Armory, Avon Park, FL 33825
(viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jan 2017) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum:
1. To assure timely and equitable evaluation of the proposal, the vendors must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation.
2. Specific Instructions: The response shall consist of two (2) separate parts:
a. Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative.
b. Part 2- Price – Submit one (1) copy of price schedule and any pertinent additional information.
3. Award will be made to the vendor whose quote is conforming to the solicitation and is determined to be the lowest price technically acceptable. Technical Acceptability, at a minimum, is
defined as meeting all of the criteria and specifications in Attachment 1 and 2. Price and technical acceptability will be considered.
(ix) FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below:
(a) The Government will award a contract resulting from this solicitation to the responsible vendors whose quote conforming to the solicitation will be most beneficial to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:
(i) Technical acceptability
(ii) Price
(iii) Narrative Work Plan
(b) Price and technical acceptability will be considered. The Government intends to evaluate quotes and award without discussion, but reserves the right to conduct discussions. Therefore, the vendor’s initial quote should contain the vendor’s best terms from a price and technical standpoint. The lowest priced quote will be evaluated for technical acceptability. If the quote is found technically acceptable, award will be made without further consideration. If it is found technically unacceptable, the Government will evaluate the next lowest quote for technical acceptability until award can be made to the lowest priced technically acceptable vendors. Therefore, the vendor’s initial quote should contain the vendor’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
(c) This will be a lowest price technically acceptable purchase. Technical acceptability – at a minimum, is defined as meeting following criteria:
Minimum Qualifications: Contractor must be able to provide the products described herein (see Attachment 1{Price Schedule} & 2{Performance Work Statement}), Knowledge; Skill Set and Abilities for the requirement indicated within this document.
(x) Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Apr 2016), are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award.
(xi) The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text.
(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders – Commercial Items (DEVIATION 2013-O0019) (Jan 2017), is hereby incorporated by reference, with the
same force and effect as if it were given in full text. Additionally, the following provisions and clauses apply to this acquisition:
FAR 52.204-10 |
REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS |
Oct-15 |
FAR 52.204-16 |
COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING |
Jul-15 |
FAR 52.204-18 |
COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE |
Jul-15 |
FAR 52.204-19 |
INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS |
Dec-14 |
FAR 52.209-6 |
PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT |
Oct-15 |
FAR 52.209-10 |
PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS |
Nov-15 |
FAR 52.219-6 |
NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE |
Nov-11 |
FAR 52.219-28 |
POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION |
Jul-13 |
FAR 52.222-3 |
CONVICT LABOR |
Jun-03 |
FAR 52.222-19 |
CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES |
Feb-16 |
FAR 52.222-21 |
PROHIBITION OF SEGREGATED FACILITIES |
Apr-15 |
FAR 52.222-26 |
EQUAL OPPORTUNITY |
Apr-15 |
FAR 52.222-36 |
EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES |
Jul-14 |
FAR 52.222-41 |
SERVICE CONTRAT LABOR STANDARDS |
May-14 |
FAR 52.222-42 |
STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES |
May-14 |
FAR 52.222-50 |
COMBATING TRAFFICKING IN PERSONS |
Mar-15 |
FAR 52.222-55 |
MINIMUMWAGES UNDER EXECUTIVE ORDER 13658 |
Dec-15 |
FAR 52.223-2 |
AFFIRMATIVE PROCUREMENT OF BIOBASED PRODUCTS UNDER SERVICE AND CONSTRUCTION CONTRACTS
|
Sep-13 |
FAR 52.223-5 |
POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION |
May-11 |
FAR 52.223-18 |
ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING |
Aug-11 |
FAR 52.225-13 |
RESTRICTIONS ON CERTAIN FOREIGN PURCHASES |
Jun-08 |
FAR 52.225-25 |
PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN— REPRESENTATION AND CERTIFICATIONS |
Oct-15 |
FAR 52.232-33 |
PAYMENT BY ELECTRONIC FUNDS TRANSFER-- SYSTEM FOR AWARD MANAGEMENT |
Jul-13 |
FAR 52.232-39 |
UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS |
Jun-13 |
FAR 52.232-40 |
PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS |
Dec-13 |
FAR 52.233-3 |
PROTEST AFTER AWARD |
Aug-96 |
FAR 52.233-4 |
APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM |
Oct-04 |
FAR 52.237-2 |
PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION |
Apr-84 |
DFARS 252.203-7000 |
REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS |
Sep-11 |
DFARS 252.203-7002 |
REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS |
Sep-13 |
DFARS 252.203-7005 |
REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS |
Oct-16 |
DFARS 252.204-7002 |
Payment for Subline Items Not Separately Priced |
Dec-91 |
DFARS 252.204-7008 |
COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS |
Oct-16 |
DFARS 252.204-7011 |
ALTERNATIVE LINE-ITEM STRUCTURE |
Sep-11 |
DFARS 252.211-7003 |
DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS |
May-16 |
DFARS 252.223-7008 |
PROHIBITION OF HEXAVALENT CHROMIUM |
Mar-16 |
DFARS 252.225-7000 |
BUY AMERICAN STATUTE – BALANCE OF PAYMENTS PROGRAM CERTIFICATE |
Jun-13 |
DFARS 252.225-7001 |
BUY AMERICAN STATUTE – BALANCE OF PAYMENTS PROGRAM |
Nov-14 |
DFARS 252.225-7002 |
QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS |
Nov-14 |
DFARS 252.225-7048 |
|
Dec-12 |
DFARS 252.232-7003 |
EXPORT-CONTROLLED ITEMS |
Jun-13 |
DFARS 252.232-7006 |
ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS |
Jun-12 |
DFARS 252.232-7006 |
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS |
May-13 |
DFARS 252.232-7010 |
LEVIES ON CONTRACT PAYMENTS |
Dec-06 |
DFARS 252.244-7000 |
SUBCONTRACTS FOR COMMERCIAL ITEMS |
Jun-13 |
(xiii) No additional contract requirements apply to this acquisition.
(xiv) No Defense Priorities and Allocations System (DPAS) assigned rating applies to this acquisition.
(xv) NOTICE TO ALL INTERESTED PARTIES: Questions shall be submitted to the following personnel: USPFO for Florida – Purchasing & Contracting Division
Attn: Verdis Hall, [email protected]
Please forward all questions to Verdis Hall at [email protected] no later than 10AM EDT on 09 March 2017. An amendment will be issued providing the Government’s answers to any questions received.
Quotes are due no later than 10AM EDT on 09 March 2017 submitted through Fed Biz Ops www.fbo.gov . Quotes shall include the following:
a. Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative.
b. Part 2- Price – Submit one (1) copy of price schedule as well as any additional pertinent information
c. Part 3- Narrative of how the work will be perform onsite, highlighting means and resources utilized.
BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable quote.
(xvi) Quotations shall be submitted electronically utilizing Fed Biz Opps. For information regarding this solicitation, contact the above mentioned.
List of Attachments:
· Attachment 1: Pricing Schedule
· Attachment 2: Performance Work Statement
· Attachment 3: Wage Determination No.: 2015-4571, Revision No.: 1, dated 01/31/2017