Federal Bid

Last Updated on 12 Jan 2021 at 7 PM
Solicitation
Shepherdsville Kentucky

Turnstiles

Solicitation ID W912HZ21Q2900
Posted Date 12 Jan 2021 at 7 PM
Archive Date 30 Jan 2021 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W2r2 Usa Engr R And D Ctr
Agency Department Of Defense
Location Shepherdsville Kentucky United states

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.

The solicitation is being issued as a Request for Quote (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-09. This requirement is 100% small business set aside and utilizes the North American Industry Classification System Code (NAICS) 334290 (Other Communications Equipment Manufacturing) with a size standard of 750 employees. This procurement is being conducted in accordance with regulation at FAR 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures.

PLEASE SEE ATTACHED Description of Requirement (DOR).

**Oral communications ARE NOT acceptable in response to this notice. **

FAR 52.212-2 - Evaluation -- Commercial Items:

(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.

The following factors shall be used to evaluate offers:

1) Lowest Price

2) Technically Capability

The Government will issue an award to the offeror whose quote is the Lowest Price that is determined to meet at least the minimum requirements to be determined Technically Capable.

(1) Technically Capable is defined as the documented capability to meet the minimum requirements of the project as specified in this solicitation and the attached specifications, including evidence of the offeror's capability to provide the items specified and the ability to meet or exceed the specified delivery schedule. It is imperative that the offeror submit sufficient documentation and information for the Government to determine technical capability and quoted price. Failure to submit sufficient information for the Government to determine technical capability and quoted price may be cause for rejection of your quote.

(b) 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.

(End of provision)

SAM REGISTRATION:

Pursuant to FAR 52.204-7, System for Award Management, prior to award offerors shall be registered in the System for Award Management (SAM), if you are not registered in SAM, an award CANNOT be made to your company. You may register electronically at http://www.sam.gov.

The following FAR clauses and provisions apply to this acquisition:

52.204-7 System for Award Management

52.212-1 Instructions to Offerors-Commercial Items

52.212-2 Evaluation-Commercial Items

52.212-3 Offerors 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 Statues or Executive Orders – Commercial Items

Additionally, the following clauses/provisions located within FAR 52.212- 5 apply to this acquisition:

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards

52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

52.219-6 Notice of Total Small Business Set-Aside

52.219-28 Post Award Small Business Program Representation

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 Equal Opportunity for Workers with Disabilities

52.222-50 Combating Trafficking in Persons

52.223-4 Recovered Material Certification

52.223-5 Pollution Prevention and Right-to-Know Information

52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving

52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration

FAR 52.233- 3 Protest After Award;

FAR 52.233-4 Applicable Law for Breach of Contract Claim;

FAR 52.252-2 Clauses Incorporated by Reference;

The full text of these FAR clauses can be accessed electronically at website:

http://farsite.hill.af.mil/vffara.htm.

The following DFARS Clauses and Provisions are applicable to this acquisition:

DFARS 252.203-7000 Requirement Relating to Compensation of Former DoD officials;

DFARS 252.203-7005 Representation Relating to Compensation of Former DoD officials;

DFARS 252.204-7011 Alternative Line Item Structure;

DFARS 252.211-7003 Item Unique Identification and Valuation;

DFARS 252.225-7001 Buy American Act and Balance of Payments Program;

DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights

DFARS 252.204-7003 Control Of Government Personnel Work Product

DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports

DFARS 252.232-7010 Levies on Contract Payments

DFARS 252.243-7001 Pricing Of Contract Modifications

DFARS 252.247-7023 Transportation of Supplies by Sea;

The full text of these DFARS clauses can be accessed electronically at website:

http://farsite.hill.af.mil/VFDFARA.HTM.

Technical Inquiries and Questions

All technical inquiries and questions relating to this solicitation are to be submitted to Jon-Vincent Holden via e-mail at [email protected]. Offerors shall submit questions at least 3 days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Offerors are requested to review the specifications in their entirety and review the Beta.SAM.GOV website for answers to questions prior to submission of a new inquiry.

Notes to Offerors:

Quotes are due 15 January 2021, not later than 3:00 PM CST via email to: [email protected] AND [email protected].

For information concerning this solicitation, contact Jon-Vincent Holden via e-mail at [email protected]. The Offeror is responsible for reading all information contained in this solicitation and all attachments if any posted with it. Offerors should check the Beta.SAM.GOV website often for any information regarding this solicitation and/or amendments to this solicitation. Offerors are responsible for ensuring that their quotes arrive prior to the scheduled closing date and time. Quotes must be clearly identified as being submitted for Solicitation Number W912HZ21Q2900.

Bid Protests Not Available

Similar Past Bids

Vermont 08 Dec 2016 at 7 PM
Walla walla Washington 31 Mar 2022 at 9 PM
Bremerton Washington 10 Dec 2019 at 10 PM
Tampa Florida 22 Aug 2013 at 2 PM
Offutt air force base Nebraska 22 Feb 2016 at 8 PM