ChemLMS Software
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 12, as supplemented with the additional Information included in this notice. This ... This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 12, as supplemented with the additional Information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FedBizOpps (www.fbo.gov). This solicitation document and incorporates provisions and clauses in effect through FAC 2019-01 Effective 20 Dec 2018 and DFARS DPN 20180928 (Effective 26 Oct 2018). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at the following addresses: http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. The NAICS code is 541519, and the small business size standard for this NAICS Code is $27.5 MIL. This will be sole source procurement for the items that are in the attached file named "description of order". Required items to include on this quote is your projected lead time to ship all requirements to FOB Destination, i.e. (X - Days from date of Award). Your Cage Code/DUNS# and any other applicable information on the RFQ template provided. If the Quote is separate from the provided template, complete the contractor required information that is on the template if not on vendor provided quote. *Reference Attachments: Attached Description of Order.xls FOB - Destination See Attached for delivery address Place of Performance is: SEE ATTACHED REQUIREMENTS PERIOD OF PERFORMANCE: (April 1, 2019) This announcement will close on 03/04/2019 at 3:00PM EST. Contact Ashly Firth at Ashley.firth@navy.mil for questions regarding this notice. Oral communications are not acceptable in response to this notice. Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-13 SAM Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-20 Predecessor of Offeror 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.204-22 Alternative Line Item Proposal 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use 52.211-15 Defense Priority and Allocation Requirements 52.212-1 Instructions to Offerors--Commercial Items 52.212-2 Evaluation - See evaluation criteria below 52.212-3 Offeror Representations and Certifications--Commercial Items 52.219-1 Alt I Small Business Program Representations 52.222-3 Convict Labor 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons. 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals -- Representation. 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions 52.242-15 Stop-Work Order 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 52.253-1 Computer Generated Forms HQ B-2-0022 CONTRACT SUMMARY FOR PAYMENT OFFICE HQ C-2-0023 EXCLUSION OF MERCURY HQ D-1-0002 PACKAGING OF SUPPLIES HQ D-2-0006 MARKING AND PACKING LIST(S) HQ E-1-0003 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES HQ F-2-0004 F.O.B. DESTINATION HQ G-2-0009 SUPPLEMENTAL INSTRUCTIONS REGARDING ELECTRONIC INVOICING Offeror(s) shall be registered in SAM.gov only registered vendors will be considered for award. Additional DFARS contract terms and conditions applicable to this procurement are: 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 at Work Product 252.204-7006 Billing Instructions 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American--Balance of Payments Program Certificate 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 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea 52.212-2, Evaluation - Commercial Item is applicable to this procurement. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated based on the following criteria. -Technical Acceptability - Price - Adhere to schedule (The Contracting Officer reserves the right to award based on ability to meet the desired schedule) The Vendor is required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors, and the addendum to FAR 52.212-1 and determine to be either acceptable or unacceptable. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items. Technical Evaluation Ratings: Rating: Acceptable Description: Submission clearly meets the minimum requirements of the solicitation Rating: Unacceptable Description: Submission does not clearly meet the minimum requirements of the solicitation If the technical submittal is determined "Unacceptable", it renders the entire quote technically unacceptable. If the Technical Submission does not meet the minimum requirements will be rated as "Unacceptable", and will no longer be considered for award. System for Award Management (SAM): Vendor must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. METHOD OF PROPOSAL SUBMISSION: The Vendor's quote must be sent via EMAIL. The Vendor's quote shall include price(s), a point of contact, name, email address, phone number, CAGE code, technical specifications of units offered (brand, make & model), business size under NAICS Code 541519, and payment terms. The Vendor's response must clearly indicate its capability to meet all specifications and requirements. ******End of Combined Synopsis/Solicitation*****
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »