The anticipated firm fixed price purchase order for additional supplies is a follow-on procurement. The major under-floor power distribution system was previously competed and awarded according to architect and engineering specifications. In accordance with FAR 13.106-1(b), authority to solicit from a single source when only one source can meet the requirement applies as no other manufacturer can provide the essential brand name components for the existing power distribution system. Hereby, the brand name justification required by FAR 5.102(a)(6) is offered. The procurement is under the Simplified Acquisition Threshold (SAT).
By virtue of this electronic publication, a small business source of supply other than Irvine Access Floors, Inc. is welcome to respond with sufficient documentation to establish a bona-fide capability to fulfill the requirement identified in full detail below for consideration by the agency. Capable vendors other than Irvine Access Floors, Inc. must present conclusive response no later than: 1700 hrs EST Wednesday, 20-JUL-2011
Direct matters concerning this procurement to:
TIFFANY TRAYNOR, Contract Specialist
Division of Facilities Contracts
Tel: (410)965-9588
E-Mail: [email protected]
COMBINED SYNOPSIS/SOLICITATION
i) This is a combined synopsis/solicitation for the acquisition of commercial items in accordance with Federal Acquisition Regulations (FAR) Part 12.6 inclusive of supplements as authorized and provided herein. This announcement is the exclusive solicitation.
ii) Solicitation Number: SSA-RFQ-11-1551 represents a Brand Name Request for Quotation (RFQ) pursuant to FAR 13.106-1(b).
iii) Applicable provisions and clauses are current through Federal Acquisition Circular (FAC) 2005-53, effective July 2011.
iv) The procurement represents a total small business set-aside in accordance with FAR 19.502-2(a). The North American Industry Classification System (NAICS) code applicable to this acquisition is; 335931. A nonmanufacturer rule class waiver applies, see United States Small Business Administration Office of Government Contracting list effective May 26th, 2011.
v) The Social Security Administration has a requirement for the following:
Contract Line Item Number (CLIN)
CLIN 0001
Communications Integrators Inc. (CII)
Raised Floor Box
MFR# SSAW-AFB-W2B 4D
Quantity: 175ea
CLIN 0002
Communications Integrators Inc. (CII)
Closed End Whip
MFR# 4D 30'
Quantity: 150ea
CLIN 0003
Communications Integrators Inc. (CII)
Open End Whip
MFR# 4D 30'
Quantity: 85ea
CLIN 0004
Communications Integrators Inc. (CII)
Coupler Module
MFR# 4D Wiring
Quantity: 50ea
vi) Quotations shall be inclusive of FOB Destination delivery charges.
vii) Deliver no later than 30-AUG-2011.
Delivery to:
Social Security Administration
ROBERT M. BALL BUILDING LOADING DOCK
6401 Security Blvd.
Baltimore, MD 21235-0001
Regular receiving hours are from 0730-1800hrs EST. Delivery between 1600-1800EST requires advance notification by telephone at: Tel: (410)965-4070
viii) Provision, 52.212-1 - Instructions to Offerors - Commercial Items (Jun 2008), applies.
ix) The basis for award will be best value upon application of evaluation procedures identified at FAR 13.106-2(b)(4)(i).
x) Offerors MUST include a completed copy of provision 52.212-3 - Offerors Representations and Certifications -Commercial Items (May 2011) or paragraph (b)(2) thereof, as applicable, with the offer.
xi) Clause 52.212-4 - Contract Terms and Conditions - Commercial Items (Jun 2010), applies.
xii) Clause 52.212-5 - Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (May 2011), applies along with the following additions:
52.204-10-Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010)
52.219-6 -- Notice of Total Small Business Aside (June 2003)
52.219-28 -- Post Award Small Business Program Rerepresentation (Apr 2009)
52.222-3 -- Convict Labor (June 2003)
52.222-19 -- Child Labor-Cooperation with Authorities and Remedies (Jul 2010)
52.222-21 -- Prohibition of Segregated Facilities (Feb 1999)
52.222-26 -- Equal Opportunity (Mar 2007)
52.222-36 - Affirmative Action for Workers with Disabilities (Oct 2010)
52.223-18 - Contractor Policy to Ban Text Messaging While Driving (Sep 2010)
52.225-1 -- Buy American Act--Supplies (Feb 2009)
52.225-13 -- Restrictions on Certain Foreign Purchases (Jun 2008)
52.232-33 -- Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003)
52.252-2 -- Clauses Incorporated by Reference (Feb 1998)
The full text of a solicitation provision or contract clause may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil/vffara.htm
http://acquisition.gov/far/index.html
xiii) N/A
xiv) N/A
xv) Quotation(s) is/are due no later than:
1700 hrs EST Wednesday, 20-JUL-2011
xvi) Direct matters concerning this procurement to:
TIFFANY TRAYNOR, Contract Specialist
Division of Facilities Contracts
Tel: (410)965-9588
E-Mail: [email protected]