Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:FA3016-19-U-0130
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This an...
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation is being issued as a Request for Quotation (RFQ) RFQ No. is FA3016-19-U-0130. 2. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2019-01 effective 22 January 2019 and DFARS Publication Notice 20190215 effective 15 February 2019. 3. The Government intends to make award based on the initial quote submissions without conducting interchanges. Therefore each quote should contain the quoter's best terms from a price and technical standpoint. However, the Government reserves the right to hold interchanges (using Interchange Notices {INs}) if, during the evaluation, it is determined to be in the best interest of the Government, IAW FAR 52.212-1(g). Interchanges are fluid interaction(s) between the Contracting Officer (CO) and the quoters that may address any aspect of the quote and may or may not be documented in real time. Quoter responses to the INs will be considered in making the award selection decision. Interchanges may be conducted with one, some or all quoters as the Government is not required to conduct interchanges with any and/or all quoters responding to this solicitation. 4. This acquisition is a 100% Small Business set-aside in accordance with FAR 19.502-2. Interested vendors shall refer any and all eligibility questions to their respective Business Development Specialist at their respective servicing SBA District Office. The associated NAICS is 334118; the size standard is 1000 EMP. 5. See the attached solicitation Schedule of Supplies (Reference Atch No. 2) for applicable contract line items (CLINS), quantities, and units of measures. 6. See the attached solicitation Schedule of Supplies (Reference Atch No. 2) for the description of requirements. This is a Brand Name or Equal acquisition. The item (s) in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. To be considered for award, quotes of "equal" products, including "equal" products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation, clearly identify the item by brand name and make or model number. Include descriptive literature such as illustrations, specifications and drawings. The Contracting Officer will evaluate "equal" products on the basis of information furnished by the vendor or identified in the quote and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Unless the vendor clearly indicates in its quote that the product being offered is an "equal" product, the vendor shall provide the brand name product referenced in the solicitation. When using an "Equal product" to substitute the requested brand name product, the contractor must include the following: (1) MFG name, (2) Part Number, (3) illustrations, and (4) literature or description to support equal product substitution in your RFQ submission. 7. Place of Delivery: Medical Materiel, 1100 Wilford Hall Loop, Bldg 4554 Warehouse, JBSA-Lackland, TX 78236; Delivery shall be FOB Destination. 8. The FAR provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Reference Atch No 1. regarding the addenda statements to this provision. 9. The FAR provision 52.212-2, Evaluation - Commercial Items, applies to this acquisition. Reference Atch No 1. regarding the addenda statements to this provision. 10. Quoter(s) is(are) required to include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their quotation. 11. The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Reference Atch No 1. regarding the addenda statements to this clause. 12. The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, all FAR clauses cited in the clause are applicable to the acquisition. 13. Defense Priorities and Allocations System (DPAS) and assigned rating: N/A 14. The complete quotation package is due 8 July 2019; 4:30 P.M. CST. If you have any questions, please contact Lachel Edison at lachel.edison.1@us.af.mil or Marcus Mattingly at marcus.mattingly@us.af.mil . All questions and/or requests for information must be submitted no later than 1 July 2019, 4:30 P.M. CST. 2 Attachments: 1. Applicable Clauses and Provisions 2. Schedule of Supplies