COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.
This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-06 Effective 10 Oct 2019 (updated with Class Deviation 2019-O0009)
The associated North American Industrial Classification System (NAICS) code for this procurement is 333517 , with a small size standard of 500 .
The associated Federal Supply Code (FSC) / Product Service Code (PSC) procurement is 3455.
The Naval Research Laboratory (NRL), located in Washington, DC, is seeking to purchase Watersjet.
All interested companies shall provide quotations for the following:
See Attached Inquiry of Availability
Supplies: Items must be brand name or equal in accordance with FAR 52.211-6.
**FOB DESTINATION IS THE PREFERRED METHOD**
Estimated Delivery Time: __________________
For FOB ORGIN, please provide the following information:
FOB Shipping Point: _______________________
Estimated Shipping Charge: _________________
Dimensions of Package(s): ____________________
Shipping Weight: __________________________
The following provisions and clauses are hereby incorporated. Any provisions and clauses not applicable by their terms shall be self-deleting.
The full text of FAR provisions or clauses may be accessed electronically at
http://acquisition.gov/comp/far/index.html. The full text of DFARS provisions or clauses may be accessed electronically at http://farsite.hill.af.mil/vfdfara.htm.
The following solicitation provisions apply to this acquisition:
1. FAR 52.203-11, Certification & Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007)
2. FAR 52.204-7, System for Award Management (Oct 2018)
52.212-1 -- Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018)
3. FAR 52.212-1, "Instructions to Offerors-Commercial Items" (Oct 2018)
a. FAR 52.212-1 has been tailored to include the following additional instructions:
• This procurement is for new equipment ONLY, unless otherwise specifically stated. No remanufactured or "gray market" items are acceptable. All equipment must be covered by the manufacturer's warranty.
• Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions
• Offerors are required to submit documentation from the manufacturer stating that they are an authorized distributor for the specific items being procured.
4. FAR 52.212-3, "Offeror Representations and Certifications-Commercial Items" (Oct 2018)
5. FAR 52.225-18, Place of Manufacture (Aug 2018)
6. FAR 52.233-2, Service of Protest (SEP 2006)
The Contracting Officer's address is:
US Naval research Laboratory
4555 Overlook Avenue, S.W.
Code 3400
Washington, DC 20375
a. NRL also includes the following provisions that must be completed by the offeror:
1. FAR 52.209-5, Certification Regarding Responsibility Matters (OCT 2015)
2. FAR 52.222-22, Previous Contracts and Compliance Reports (FEB 1999)
3. FAR 52.222-25, Affirmative Action Compliance (APR 1984)
4. FAR 52.225-4, Buy American Act - Free Trade Agreements - Israeli Trade Act
Certificate Alternate III (MAY 2014)
Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required.
The following contract clauses apply to this acquisition:
1. FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" (Oct 2018)
a. The following clauses are included as addenda to FAR 52.212-4:
(FEB 2000)
2. FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" (Oct 2019)
The following subparagraphs of FAR 52.212-5 are applicable:
• Subparagraphs (b)(4), (b)(8), (b)(25 - 34), (b)(40), (b)(42), (b)(46), (b)(48) (b)(54)(56)
3. DFARS 212.301 - Solicitation Provisions and Contract Clauses for the Acquisition of Commercial Items (Revised December 21, 2018):
Alternate I (NOV 2014)
5237.102-90 Enterprise-wide Contractor Manpower Reporting Application (ECMRA).
(a) DOD contracting activities awarding or administering contracts shall incorporate the following Enterprise-wide Contractor Manpower Reporting Application (ECMRA) standard language into all contracts which include services, provided the organization that is receiving or benefiting from the contracted service is a Department of Defense organization, including reimbursable appropriated funding sources from non-DOD executive agencies where the Defense Component requiring activity is the executive agent for the function performed. The reporting requirement does not apply to situations where a Defense Component is merely a contracting agent for another executive agency. Contracted services excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are:
(1) W, Lease/Rental of Equipment;
(2) X, Lease/Rental of Facilities;
(3) Y, Construction of Structures and Facilities;
(4) D, Automatic Data Processing and Telecommunications, IT and Telecom- Telecommunications Transmission (D304) and Internet (D322) ONLY;
(5) S, Utilities ONLY;
(6) V, Freight and Shipping ONLY.
(b)The standard language to be inserted is:
“The contractor shall report contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the [NAMED COMPONENT] via a secure data collection site. Contracted services excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are:
(1) W, Lease/Rental of Equipment;
(2) X, Lease/Rental of Facilities;
(3) Y, Construction of Structures and Facilities;
(4) D, Automatic Data Processing and Telecommunications, IT and Telecom- Telecommunications Transmission (D304) and Internet (D322) ONLY;
(5) S, Utilities ONLY;
(6) V, Freight and Shipping ONLY.
The contractor is required to completely fill in all required data fields using the following web address:
https://www.ecmra.mil.
Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at
https://www.ecmra.mil.
SUBMISSION INSTRUCTIONS:
All Quoters shall submit 1 (one) copy of their technical and price quote. Include your company DUNS Number and Cage Code on your quote.
All quotations shall be sent via e-mail.
Buyer Name: Keith Noland, email: [email protected].
Please reference this combined synopsis/solicitation number on your correspondence and in the "Subject" line of your email.
ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL.
The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein.
SAM Registration: Award may be made without discussions or negotiations, therefore prospective contractors should have an active registration in the System for Award Management (SAM) database (www.sam.gov) in accordance with Federal Acquisition Regulation (FAR) Part 4.1102 and Part 52.204-7 when submitting a response to this solicitation.
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. The following factor shall be used to evaluate offers:
Lowest Price Technically Acceptable –
Factor 1 – Price. Quotes will be evaluated to determine if the price is fair, and reasonable in accordance with FAR 12.209. Quotations shall include a price for each Contract Line Item Number (CLIN).
Factor 2 – Technical. The Government will evaluate the quoter’s capabilities to provide supplies/services in accordance with the Solicitation.
Offers will be ranked lowest to highest according to price. A price analysis will be conducted to determine whether the lowest price will result from a single award or multiple awards. Based on the price analysis, the lowest price offer or multiple offers, will be forwarded to the requiring activity for technical evaluation (offer(s), in accordance with the specifications, will be deemed either technically acceptable or technically unacceptable). If the lowest price offer or offers is found technically acceptable and the pricing determined fair and reasonable by the Contracting Officer, evaluation will be deemed complete and award will be made based on the lowest price offer(s)
Table A-1. Technical Acceptable/Unacceptable Ratings
Rating
Description
Acceptable
Quote meets all the minimum requirements/specifications as stated or provided in the RFQ specifications.
Unacceptable
Quote does not clearly meet the minimum requirements/specifications as stated or provided in the RFQ specifications.
Options. When applicable, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. 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).
To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoter shall list exception(s) and rationale for the exception(s).
Submission shall be received not later than the response date listed above. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on fax or e-mail.