Steel recycling bins
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information i... This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. Solicitation number M00318-19-Q-0031 is issued as a Request for Quotation (RFQ). This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03 and Department of Defense FAR Supplement (DFARS) current to DPN 20190628. This is a small business set-aside. The applicable North American Industry Classification System (NAICS) code is 332439, Other Metal Container Manufacturing, and the small business size standard is 500 employees. Quotes are being requested for the following: CLIN 0001: 1 Yard Bin short Description: 48" length X 41" width X 28" depth 10 Gauge steel body 100% welded inside Hot dip galvanized Unit of Issue: Each Quantity: 10 FOB: Destination CLIN 0002: 1.8 Yard Bin tall Description: 48" length X 41" width X 48" Depth 10 Gauge steel body 100% welded inside Hot dip galvanized Unit of Issue: Each Quantity: 20 FOB: Destination All items must be delivered 45 days after contract award to the following address: Distribution Management Office Bldg 209 Attn: Environmental Marine Corps Base Hawaii Kaneohe Bay, HI 96863 The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct 2018)(Deviation 2018-O0018) applies to this acquisition. Evaluation and Award: 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 (factors are not listed in any particular order): a. Price b. Technical. The following subfactors will be evaluated under technical 1. Strength/Durability-puncture resistance 2. Stacking capability of containers 3. Balance of weight to strength ratio 4. Corrosion resistance 5. Safety/capability to use with a forklift - designed for rotating and safe handling c. Past Performance d. Delivery Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 2018) with their quotation or offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018) applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Aug 2019) applies to this acquisition. The following FAR clauses cited in 52.212-5 are also applicable: 52.204-10 -- Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2018) 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations-Representation (Nov 2015) 52.209-6 -- Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.209-10 -- Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.209-11 -- Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.219-6 -- Notice of Total Small Business Set-Aside (Jan 2019) (DEVIATION 2019-O0003) 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) 52.222-35 -- Equal Opportunity for Veterans (Oct 2015) 52.222-36 -- Affirmative Action for Workers with Disabilities (Jul 2014) 52.222-40 -- Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 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 (Jun 2008) 52.232-33 -- Payment by Electronic Funds Transfer - System for Award Management (Oct 2018) 52.232-40 -- Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3 -- Protest After Award (Aug 1996) 52.233-4 -- Applicable Law for Breach of Contract Claim (Oct 2004) The following FAR and DFARS clauses are also applicable to this acquisition and will be incorporated into the resulting contract: 52.204-7 -- System for Award Management (Oct 2018) 52.204-13 -- System for Award Management Maintenance (Oct 2018) 52.204-16 -- Commercial and Government Entity Code Reporting ( Jul 2016) 52.204-18 -- Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-24 -- Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) 52.204-25 - Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) 52.212-1 -- Instructions to Offerors - Commercial Items (Oct 2018) 52.212-3 -- Offeror Representations and Certifications - Commercial Items (Oct 2018) 52.212-4 -- Contract Terms and Conditions-Commercial Items (Oct 2018) 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2019) 52.232-39 -- Unenforceability of Unauthorized Obligations (Jun 2013) 52.247-34 - F.O.B - Destination (Nov 1991) 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.204-7003 - Control of Government Personnel Work Product (Nov 2011) 252.203-7005 -- Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7008 -- Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7011-- Alternative Line Item Structure (Oct 2016) 252.204-7012 -- Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) 252.204-7015 -- Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.211-7003 -- Item Unique Identification and Valuation (Mar 2016) 252.213-7000 -- Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System -- Statistical Reporting in Past Performance Evaluations (Mar 2018) 252.225-7000 -- Buy American--Balance of Payments Program Certificate (Nov 2014) 252.225-7001 -- Buy American and Balance of Payments Program (Dec 2017) 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006 -- Wide Area Workflow Payment Instructions (Dec 2018) 252.232-7010 -- Levies on Contract Payments (Dec 2006) 252.243-7001 -- Pricing of Contract Modifications (Dec 1991) 252.244-7000 -- Subcontracts for Commercial Items (Jun 2013) 252.247-7023 -- Transportation of Supplies by Sea (Feb 2019) This solicitation incorporates one or more solicitation provisions and clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: FAR Clauses: https://www.acquisition.gov/browse/index/far, DFARS Clauses: https://www.acq.osd.mil/dpap/dars/dfarspgi/current Questions regarding this RFQ must be submitted via email to Sergeant Dakota D. Weaver at dakota.weaver@usmc.mil. To be considered for award, contractors must submit quotations to ensure they reach destination by no later than 12:00 p.m. (Hawaii) on September 9, 2019. Quotations received after the due date and time will not be considered for aw
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »