Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:HQ014719Q0004
100% SMALL BUSINESS SET ASIDE The following information is provided in accordance with FAR 12.603(c)(2): (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with t...
100% SMALL BUSINESS SET ASIDE The following information is provided in accordance with FAR 12.603(c)(2): (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is HQ014719Q0004. The solicitation is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. (iv) The NAICS code is 332439, and the size standard is 500 employees. (v) The line item number(s) and items, quantities, and units of measure, are as follows (see attached Specification Sheet for detailed specifications): CLIN Quantity Unit Description 0001 2 Each 20 Foot High Cube Container (vi) The Missile Defense Agency Directorate for Test Resources, Range Infrastructure Division (MDA/DTRR) has a requirement for two, 20 feet long, 8 feet wide, 9 feet 6 inches high (High Cube Container), waterproof, steel shipping containers for delivery of uninterruptible power supply (UPS) equipment and racks to Wake Island. (vii) Required date of delivery for all items is no later than 20 March 2019. Place of delivery and inspection/acceptance will be: Missile Defense Agency Logistics Operations 3302 Hercules Rd Redstone Arsenal, AL 35898 Receiving POC: Mr. Dennis Smith, (256-955-4352), dennis.smith.ctr@mda.mil FOB: Destination (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) Offers will be evaluated based on the reasonableness of prices as determined by the Contracting Officer. (x) Offerors must include with their offer a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition, with no addenda. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable to this acquisition: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (Jan 2018) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Sep 2016) 52.222-50 Combating Trafficking in Persons (Jan 2019) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (xiii) The following additional provisions and clauses apply to this acquisition: Provisions: DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) Clauses: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.211-7003 Item Unique Identification and Valuation (Mar 2016) DFARS 252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018) (xiv) The Defense Priorities and Allocations System (DPAS) rating for this acquisition is DX-C9. (xv) Offers are due by 4:00 PM Central Standard Time (CST) on February 26, 2019 and must be submitted by e-mail to the Contracting Officer at Michelle.Leger@mda.mil with a cc: to Jeremy.Holden@mda.mil. (xvi) For additional information regarding this solicitation, contact Ms. Michelle Leger, Contracting Officer, at the above e-mail address or by phone at 256-450-4663; or contact Mr. Jeremy Holden, Contract Specialist, at the above e-mail address or by phone at 256-450-3512.