Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:N6809619R5005
The US Naval Hospital Guam intends to solicit as a 100% small business set-aside under the authority of FAR 6.203. This is a combined synopsis/solicitation for commercial items prepared in accordance ...
The US Naval Hospital Guam intends to solicit as a 100% small business set-aside under the authority of FAR 6.203. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N68096-19-R-5005 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 561621 Security Systems Services (except Locksmiths). Size Standard: $20.5 Million The US Naval Hospital Guam, Agana Heights, Guam has a purchase requirement for: HUGS Infant Protection System (BRAND NAME) (See attached for J&A and specifications.) Performance Location: US Naval Hospital Guam BLDG 50 Farenholt Road Agana Heights GU 96910 Required Date: 15-30 days ARO All responsible sources may submit a quotation, which shall be considered by the agency. The government will only consider firm, fixed price quotations. Any submissions that do not meet the minimum requirements shall not be considered. Contractor must be registered in SAM prior to award. The website address for SAM registration is www.sam.gov. QUESTIONS DUE: 28 MARCH 2019, 05:00PM EST TIME PROPOSALS DUE: 04 APRIL 2019, 05:00PM EST TIME SUBMISSION: All questions, proposals, and other required documents shall be submitted electronically by email to: brianwilliam.c.mafnas.civ@mail.mil E-mail submissions are limited to 2MB. The submitter should confirm receipt of email submissions. 52.212-2 Evaluation- Commercial Items (JAN 1999). 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. Evaluation factors in descending order of importance: 1) Technical Capability 2) Delivery and 3) Price. The following factors to be used to evaluate offers: Technical Capability, defined as ability of the products to meet the salient characteristics needed and to provide items in new, warrantied, manufacturers authorized state. Delivery, defined as, lead time necessary to receive the product. Price. Technical capability and delivery schedule, when combined, are significant evaluation factors that will be most advantageous to the Government. Responses that do not meet the Technical Requirements of this solicitation will not be further considered for award. The attached solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-75. It is the contractors' responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquisitions.gov and or www.asq.osd.mil. 52.204-7 Central Contractor Registration (FEB 2012). 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 Instruction to Offerors-Commercial Item (FEB 2012) 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-19 Incorporation by Reference of Representations and Certifications 52.212-3 Offeror Representations and Certification--Commercial Items (MAR 2012) 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2012). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAR 2012). 52.217-8 Option To Extend Services 52.222-3 Convict Labor (JUN 2003). 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (MAR 2012). 52.222-26 Equal Opportunity (MAR 2007). 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010). 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-Central Contractor Registration (OCT 2003). 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated By Reference (FEB 1998). 52.252-6 Authorized Deviations In Clauses. 252.204-7004 Alternate A, Central Contractor Registration (SEP 2007). 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2012). 252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011). 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003). 252.232-7003 Electronic Submission of Payment Requests (OCT 2012). 252.204-7012 Safeguarding of Unclassified Controlled Technical Information Nov 2013.