Performance Recovery Equipment
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR Part 13, and as supp... This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR Part 13, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation on FedBizOpps; quotes are being requested and a written solicitation will not be issued. Solicitation H92240-19-Q-2061 is issued as a Request for Quotation (RFQ). Naval Special Warfare (NSW) intends to award a Firm Fixed Priced (FFP) contract in support of this requirement IAW Attachment 1 - Product Description. This solicitation is set-aside 100% for small business per the following: NAICS code 339920 Small business size standard 750 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, effective 20 Dec 2018, DFARS Change Notice 20190215, and SOFARS SCN201811. Quotes are due no later than 19 July 2019 at 2:00 PM Eastern Standard Time (EST). Quotes must be valid for 60 days. Email is the only acceptable method of submission. All quotes must be emailed to NSWK2@socom.mil with the RFQ Number in the subject line. Contractors are responsible for verifying receipt of their proposals to this office before quote due date and time. See announcement point of contact information. The following (FAR) PROVISIONS and CLAUSES apply to this acquisition and will be incorporated into any resultant purchase order. 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.211-6 Brand Name or equal (see Addendum) 52.212-1 Instructions to Offerors-Commercial Items (See Addendum) 52.212-2 Evaluation -- Commercial Items (See Addendum) 52.212-3 Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (See Addendum) 52.219-1 Small business program Representations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-1 Disputes 52.233-4 Applicable Law for Breach of contract Claim 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated by Reference), http://farsite.hill.af.mil/ and www.acq.osd.mil 52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil/ and www.acq.osd.mil 52.252-6 Authorized Deviations in Clauses http://farsite.hill.af.mil 52.212-1 ADDENDUM -- INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (Oct 2018) (m) Quote Preparation and Submission Instructions. (1) The Quoter may submit written questions during the quote preparation period. All questions must be received no later than 0900 EST on 16 July 2019 to allow adequate time to prepare and issue responses prior to the date and time set for receipt of quotes. Only written questions will receive a response. It is required that each question should include the document name, document date, specific page, paragraph, clause or other definitive citation requiring clarification. All questions and quotes shall be directed to the Contracting Office by email, citing at a minimum "H92240-19-Q-2061" in the subject line at the following address: NSWK2@socom.mil. (2) Quotes shall be submitted in accordance with the instructions herein, and non-conformance with the specified required content may be cause for rejection of the quote. The quote shall be valid for no less than 60 days from the date of RFQ closing, a statement affirming this fact shall be placed on the cover page of the quote. (3) Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. (4) TO BE CONSIDERED TIMELY. Email quote must be received in its entirety in the designated email inbox by the due date and time for final quote submission. An email quote that resides on a Government server, but has not appeared in the designated email inbox by the due date and time for quote submission will be considered late in accordance with FAR 52.212-1. Therefore, it is incumbent upon the Offeror to ensure that its entire quote is received by the Agency by the designated due date. INSTRUCTIONS TO QUOTERS: (1) Technical (5 page limit) Submission requirements: The Quoter shall provide equipment that meets the minimum specifications identified in Attachment 1 - Product Description. The proposed requirement will be awarded in accordance with FAR 52.211-6 "Brand Name or Equal". If items called for by this RFQ have been identified in the solicitation by a "brand name or equal" description, such identification is intended to be descriptive, not restrictive, and to indicate the quality and characteristics of products that will be satisfactory. Quotes offering "equal" products (including products of the brand name manufacturer other than the one described by the brand name) will be considered if such product(s) is (are) clearly identified in the quote and is (are) determined by the requiring activity to meet fully the salient characteristics requirements stated in the RFQ. Unless the vendor clearly indicates in their quote that they are offering an "equal" product, the quote shall be considered as offering a brand name product referenced in the RFQ. If the offeror proposes to furnish an "equal" product, the brand name of the product to be furnished shall be provided in the quote. (2) PRICE: Submission Requirements: The Quoter shall provide firm-fixed prices for all line items within the Schedule. The Government may require additional "other than cost and pricing data" prior to award. 52.212-2 EVALUATION -- COMMERCIAL ITEMS (OCT 2014) (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, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1 - Technical. Government will evaluate the extent to which the Quoter is capable of meeting the requirements of Attachment 1 - Product Description. The equipment listed in the quote shall be BRAND NAME or EQUAL. Factor 2 - Price. All prices will be evaluated for reasonableness in accordance with FAR 13.106-3(a). Attachment 2 - Consolidated Pricing Sheet must be completed. The Government will award to the Quoter who represents the Lowest Price, Technically Acceptable (LPTA) to the Government. The following FAR CLAUSES incorporated in 52.212-5 are also applicable: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 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 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration The following DFARS PROVISIONS and CLAUSES apply to this acquisition and are incorporated by reference. If the offeror has completed any of the following provisions listed in this paragraph electronically as part of its annual representations and certifications at https://www.acquisition.gov, they are to indicate in the submitted quote, there is no need to complete these provisions again for this solicitation. 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A, System for Award Management (Feb 2014) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American Act & Balance of Payments Program Certificate Basic Basic 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export Controlled Items 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions (To be completed upon award). 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea The following SOFARS PROVISIONS and CLAUSES apply to this acquisition. 5652.233-9000 Independent Review of Agency Protest Decision (2018) Section I PROMPT PAYMENT TERMS: CAGE Code: Delivery: __________________________ ATTACHMENTS: Attachment 1 - Product Description Attachment 2 - Consolidated Pricing Sheet
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »