INSTALLATION OF RETRACTABLE AWNINGS 100% SBSA
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. The purpose of this amendment is to update the Description of Requirements, provide detailed configuration information, and include the current version of provisions 52.204-24 and 52.204-26 dated OCT 2020. This announcement constitutes the only solicitation; quotes are being requested, and a separate written solicitation will not be issued. This enclosure is an addendum to FAR provision 52.212-1, Instructions to Offerors – Commercial Items, which applies to this acquisition. Competitive quotes are being requested under Request for Quote (RFQ) Number N66001- 24-Q-6191. The North American Industry Classification System (NAICS) code applicable to this acquisition is 314910 NAICS Code, NAICS "Textile Bag and Canvas Mills Awnings" and the small business size standard is 500 employees. This procurement is a 100% Small Business Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for the award. DESCRIPTION OF REQUIREMENTS Naval Information Warfare Center Pacific San Diego (NIWC Pacific SD) is seeking to acquire Retractable Awning Installation This requirement is 100% Small Business Set-Aside. To be considered acceptable and eligible for the award, quotes must provide all the items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities; FOB Destination required for all items. Anticipated contract line items are as follows: CLINDescriptionSpecificationUnitQuantityUnit PricePrice 0001DESIGN MANUFACTURE RETRACTABLE AWNINGS AT VARIOUS OPEN LABS PROPOSAL/MATERIAL (AS PER SOW) with AUTOMATED PULL SUPPORT SYSTEM = 163 ,180.18 1. OT2 LBUCs LAB 1st Floor area 1564 2. OT2 REIL LAB 1st Floor area 1021 3. OT2 NIEF LAB 1st Floor area 1521See Statement of WorkLOT1 0002DESIGN MANUFACTURE RETRACTABLE AWNINGS AT VARIOUS OPEN LABS PROPOSAL/INSTALLATION (AS PER SOW) with AUTOMATED PULL SUPPORT SYSTEM = 1. OT2 LBUCs LAB 1st Floor area 1564 2. OT2 REIL LAB 1st Floor area 1021 3. OT2 NIEF LAB 1st Floor area 1521 See Statement of WorkLOT1 The expected estimated delivery date is 30th September 2025. The Government is seeking Free on Board (FOB) Destination pricing to the following shipping address: NAVAL INFORMATION WARFARE CENTER PACIFIC (NIWC) 4297 PACFIC HWY, OTC 7, SAN DIEGO, CA 92110-5000 ATTACHMENTS OFFEROR INSTRUCTIONS The Government intends to award a Firm Fixed Price contract resulting from this solicitation to the offeror responsible whose quotation conforming to the solicitation represents the most advantageous offer to the Government as defined in the 'EVALUATION FACTORS FOR AWARD' Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is "None" or "Not applicable," explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award. A complete quote includes a response and submission to each of the following: 1.General Information: Offeror Business Name, Address, Cage and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule. FAR provision 52.212-3, Alternate I, Offeror Representations and Certifications – Commercial Items, applies to this acquisition. Offerors must include a completed copy of this provision with offer. 2.Technical Documentation: a.Technical Approach or Specifications: The "Brand Name" item (including part number) along with the salient physical, functional, and performance characteristics that a "Brand Name" product must meet are specified in the item descriptions given in the table above. Offerors shall provide a quote (no page limit) that identifies the Brand Name items. Additionally, offerors shall specify delivery timeframes in their quote that meet or exceed the required delivery timeframe specified above. The offer must address and meet the requirements/specifications as defined under Technical Acceptability in Factor I below. b.Sustainable Acquisitions Information and Certification: The contractor shall comply with all sustainable acquisition policies in an effort to minimize the Government's environmental impact and deliver community benefits through better selection and improved usage of products and services. In accordance FAR 23, sustainable acquisition policies apply to both contracts for supplies and services that require the delivery, use, or furnishing of products/services to the Government. Indicate if any of the following sustainable acquisition categories apply to any products or services proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-ozone depleting substances, Less Toxic and/or Less GHGs. c.Authorized Source Confirmation: To be considered for award, the Government may request the offeror/contractor to submit documentation confirming that they are an authorized source. An "Authorized Source" is defined as the original manufacturer, a source with the express written authority of the original manufacturer or current design activity, or an authorized aftermarket manufacturer. Vendors must be an authorized source to be responsive. The following product certification statement below applies to line items 0001-0002 and each offeror must submit supporting documentation, as needed: To be considered for award, the offeror/contractor is required to submit documentation confirming that they are an authorized source. An "Authorized Source" is defined as the original manufacturer, a source with the express written authority of the original manufacturer or current design activity, or an authorized aftermarket manufacturer. d.Counterfeit Information Technology (IT) Certification: If the solicitation includes the delivery of IT products or services with incidental IT products, consider including DFARS 252.246-7007 and DFARS 252.246-7008 in addition to inserting the following mandatory solicitation language (IPM 14-012CON) as item 2(d). The following IT related statement applies to line items 0001-0002 and each offeror must explicitly confirm and submit supporting documentation, as needed: The offeror certifies that the product(s) being delivered are new and in their original packaging. The subject product(s) are eligible for all manufacturer warranties and other ancillary services or options provided by the original manufacturers, authorized suppliers, or suppliers that obtain parts from the manufacturer or its authorized supplier. The offeror further certifies that it is authorized by the manufacturer to sell the product (s). The offeror is required to submit documentation identifying its supply chain for the product(s). Within the documentation, the offeror shall also identify the country of manufacture and indicate one of the following, if applicable: •Manufacturing occurs in the U.S., but more than 50% of the cost of components is from foreign/non-qualifying country content •Originally foreign manufactured products substantially transformed in the United States or a designated country The offeror assumes responsibility for authenticity. Costs of counterfeit parts are unallowable unless the conditions set forth in DFARS 231.205-71(b) are met. By making an offer, the offeror acknowledges that a full or partial termination for default/cause for non-compliant awarded items may occur if any of the products provided are not recognized or acknowledged by the manufacturer as new products eligible for warranties and all other ancillary services or options provided by the manufacturer, or the offeror was not authorized by the manufacturer to sell the product in the U.S. 3.Price Quote: Submit complete pricing for each individual item listed in the "DESCRIPTION OF REQUIREMENTS" Section above to include the unit of issue, the extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB Destination shipping costs are included in the pricing. 4.Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. 5. Representation: To be considered for award, offerors are required to submit the representations at FAR 52.204-24, FAR 52.204-26 (if applicable), DFARS 252.204-7016, and DFARS 252.204-7017 (if applicable). EVALUATION FACTORS FOR AWARD: Basis for Award: The Government intends to award a contract to the responsive, responsible vendor, whose quote conforming to the RFQ is most advantageous to the Government, price and other factors considered. Technical, price and past performance factors will be used to evaluate quotes. The vendor must be registered in the System for Award Management (SAM). The Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. Factor I – Technical: The Government will evaluate the quote to see if the following specification requirements are met to include all information required for a complete quote as defined in paragraph 2 above: This requirement contains supplies that are Brand Name pursuant to FAR 11.105, Items Peculiar to One Manufacturer. To be considered for award, the offeror is required to certify that the product being offered is an original, new, and Trade Agreements Act (TAA) compliant (reference 2(c) above) see Items 0001-0002. The Government will only accept the required brand name product as specified in RFQ. Factor II – Past Performance: The Government will evaluate past performance, by reviewing sources that may include, but are not limited to, information from Government personnel and information from sources such as the Federal Awardee Performance and Integrity Information System (FAPIIS) and data available in the statistical reporting module of the Supplier Performance Risk System (SPRS) regarding the supplier's past performance history for the Federal supply class (FSC) and product or service code (PSC) of the supplies being purchased. In the case of a supplier without a record of relevant past performance history, the supplier may not be evaluated favorably or unfavorably for its past performance history. Factor III – Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm fixed price for all line items. The total firm-fixed-price shall include all applicable taxes, shipping, and handling costs to the shipping address listed above as outlined in paragraph 3 above. Technical capability and past performance, when combined, are more important than price. Contractors who do not meet the first 2 factors will not undergo a price evaluation. DUE DATE AND SUBMISSION INFORMATION Eligible Offerors: All offerors must have completed registration on the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have registered CAGE and DUNS Codes. Page Limitations: Ensure to stay within the page limitations as follows: None. Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text shall be formatted on an 8 ½ by 11-inch page in 12-point Times New Roman font. Questions Due Date and Submission Requirements: All questions must be received before 8th March 2021 at 12:00 PM, Pacific Time. Questions must be uploaded on the NAVWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/Simplified Acquisitions/N66001-25-Q-6191. Include RFQ# N66001-25-Q-6191 in all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on 12th March 2021 at 08:00AM, Pacific Time. Quotes must be uploaded on the NAVWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-25-Q-6191. E-mail quotes or offers will not be accepted and late quotes will not be accepted. NAVWAR e-Commerce website Assistance: For E-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. Government RFQ Point of Contact: The point of contact for this solicitation is Contract Specialist at joseph.s.bancod.civ@us.navy.mil. Reference RFQ# N66001-25-Q-6191 on all email exchanges regarding this acquisition. APPLICABLE PROVISIONS AND CLAUSES This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2025-03 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20250117. The following FAR and DFARS provisions, incorporated by reference, apply to this acquisition: 52.204-7, System for Award Management (October 2018); 52.204-22, Alternative Line-Item Proposal (Jan 2017); 52.204-23, Prohibition provided by Kaspersky Lab and other Covered Entities, (Jun 2018); 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020); 52.204-25, Prohibition on Contracting for Certain Telecommunications (Aug 2020); 52.204-26, Covered Telecommunications Equipment or Services-Representation (OCT 2020); 52.212-1, Instructions to Quoters—Commercial Items(Jan 2017); 52.212-2, Evaluation—Commercial Items(Oct 2014); 52.212-3 and Alt I, Offeror Representation and Certifications-Commercial Items( Jan 2017); 252.203-7005,Representations Relating to Compensation of Former DoD Officials (November 2011); 252.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications—Commericial Items (Jan 2017; 252. 247-7022, representation of Extent of Transportation by Sea (Aug 1992). FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition and includes the following clauses by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government--Alternate I (Sep 2006) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) 52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) 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) 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2020-O0008) 52.219-8 Utilization of Small Business Concerns (Oct 2018) 52.219-28 Post-Award Small Business Program Representation (Mar 2020) 52.222-3 Convict Labor (Jun 2003) 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 Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-37 Employment Reports on Veterans (Feb 2016) 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) 52.233-3 Protest after Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)). COUNTERFEIT OR GREY MARKET INFORMATION TECHNOLOGY PRODUCTS The statement below applies to CLIN(s)0001 through 0002. The contractor certifies that the product(s) being delivered are new and in their original packaging. The subject product(s) are eligible for all manufacturer warranties and other ancillary services or options provided by the original manufacturers, authorized suppliers, or suppliers that obtain parts from the manufacturer or its authorized supplier. The contractor further certifies that it is authorized by the manufacturer to sell the product(s) and that it has provided documentation identifying its supply chain for the product(s) as required in the solicitation provisions. The contractor certifies that it accurately identified the country of manufacture in its proposal/quote and that the information provided remains the same. The contractor assumes responsibility for authenticity. Costs of counterfeit parts are unallowable unless the conditions set forth in DFARS 231.205-71(b) are met. By entering into this contract, the contractor acknowledges that a full or partial termination for default/cause for non-compliant awarded items may occur if any of the products provided are not recognized or acknowledged by the manufacturer as new products eligible for warranties and all other ancillary services or options provided by the manufacturer, or the offeror was not authorized by the manufacturer to sell the product in the U.S. (End of clause) The following FAR and DFARS clauses, incorporated by reference, apply to this acquisition: 52.204-13, System for Award Management Maintenance (OCT 2018); 52.204-19, Incorporation by Reference of Representations and Certifications (DEC 2014); 52.212-4, Contract Terms and Conditions – Commercial Items 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); 52.233-1, Disputes (May 2014); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); 52.243-1, Changes—Fixed Price (Aug 1987); 52.247-34, F.o.b. Destination (Nov 1991); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); 52.252-2 Clauses Incorporated by Reference(Feb 1998);FAR: http://www.acquisition.gov/far DFARS: http://www.acq.osd.mil/dpap.dars/dfars 52.252-6, Authorized Deviations in Clauses (APR 1984); 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 (Apr 1992); 252.204-7006, Billing Instructions (Oct 2005); 252.204-7011, Alternative Line-Item Structure (Sep 2011); 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (Oct 2016); 252.211-7003, Item Unique Identification and Valuation (Mar 2016); 252.223-7008, Prohibition of Hexavalent Chromium(Jun 2013); 252.225-7001, Buy American and Balance Of Payments Program—Basic (Dec 2016); 252.225-7048, Export-Controlled Items (Jun 2013); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012); 252.232-7006, Wide Area Workflow Payment Instructions (May 2013); 252.232-7010, Levies on Contract Payments (Dec 2006); 252.239-7018, Supply Chain Risk (Oct 2015); 252.243-7001, Pricing Of Contract Modifications (Dec 1991); 252.244-7000, Subcontracts for Commercial Items (Jun 2013); 252.246-7007, Contractor Counterfeit Electronic Part Detection and Avoidance System (Aug 2016); 252.246-7008 Sources of Electronic Parts(May 2018); 252.247-7023, Transportation of Supplies by Sea (Apr 2014 (End of clause)
Data sourced from SAM.gov.
View Official Posting »