Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:SP3300-19-Q-0073
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with Part 13 of the Federal Acquisition Regulation (FAR), as supp...
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with Part 13 of the Federal Acquisition Regulation (FAR), 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. This solicitation is issued as a Request for Quote (RFQ) and the solicitation number is SP3300-19-Q-0073. 2. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-02TA effective 6 May 2019 (updated with Class Deviation: 2019-O0009), and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20181221 (effective 21 December 2018) edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 19-04 through 12 (Revised May 14, 2019). The complete text of any of the clauses and provisions are available electronically from the following sites: FAR- http://farsite.hill.af.mil/ FAR- https://www.acquisition.gov/browsefar DFARS - https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ DLAD - http://www.dla.mil/HQ/Acquisition/Offers/DLAD.aspx 3. DLA Distribution Warner Robins, GA (DDWG) has a requirement for a contractor to provide a firm-fixed price contract for Crown and Toyota Picking Carts. CLIN 0001 - 35 Crown Picking Carts, Model No. 99664C Characteristics: Lift Type: Crown/Clark Size W-H-D: 40" x 77" x 48" DH: 5 ΒΌ Ship Wt.: 410# Ship To: SB3525 QUANTITY 35 @ $_______________ EACH = $_______________ TOTAL CLIN 0002 - 3 Toyota Picking Carts, Model No. 99664T Characteristics: Lift Type: Toyota Size W-H-D: 40" x 76" x 48" DH: 4 3/8 Ship Wt.: 410# Ship To: SB3525 QUANTITY 3 @ $_______________ EACH = $_______________ TOTAL NOTE: All prices must be rounded to two decimal places. 4. This solicitation is 100% Set Aside for Small Business Concerns. The Federal Supply Code (FSC) for this acquisition is 3990 (Miscellaneous Materials handling Equipment), and the North American Industry Classification System (NAICS) code for this procurement is 331222 (Steel Wire Drawing) with a size standard of 1000 employees. 5. Delivery Date is 30 days after the contract is awarded. 6. Offerors shall quote Firm Fixed Unit Prices for all line items shown on CLIN 0001 and 0002. Pricing shall be quoted as FOB Destination, with all shipping and packaging charges included in the Firm Fixed Unit Prices for each item. All prices must be rounded to two decimal points. SHIP TO Address: SB3525 Defense Distribution Depot Warner Robins Central Receiving BLDG 376 455 Byron St., Robins AFB Warner Robins, GA 31098 7. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. 8. System for Award Management: IAW FAR 4.1102(a), offerors are required to be registered in the System for Award Management (SAM) database at the time an offer or quotation is submitted in order to comply with the annual representations and certifications requirements. Refer to DFARS 204.1103 for helpful information on navigation and data entry in the SAM database. Registration may be done on line at: www.acquisition.gov or www.sam.gov. 9. Invoicing and Payment: Invoices shall be submitted through Wide Area WorkFlow (WAWF). The WAWF website is at https://wawf.eb.mil/. The web site contains instructions for registration and use, including how contractors submit invoices via WAWF. 10. Questions regarding this solicitation must be submitted by email to the Contract Specialist, Joseph Crowley, joseph.crowley@dla.mil. Questions must be received by 3:30 PM Eastern time on June 13, 2019. Questions received after this date and time may not receive a response. Answers to questions will be posted to the Federal Business Opportunities website via an amendment to the solicitation. No information concerning this solicitation will be provided in response to telephone calls. 11. Offerors responding to this announcement shall submit their quotations via email to joseph.crowley@dla.mil. All quotes must be received by June 21, 2019 at 3:30 PM Eastern time to be considered for award. 12. OFFER SUBMISSION INSTRUCTIONS - Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. A. Quotations may be submitted in contractor format and shall include: (1) Company name and address as it would appear on the DoD System for Award Management (SAM) Database, telephone number, and e-mail address. (2) Solicitation number. (3) Unit Price and extended price for all Contract Line Items (CLINs) (4) Proposed delivery date. (5) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code. (6) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation). (7) Descriptive literature for the proposed items/products such as illustrations, drawings, or a clear reference to previously furnished descriptive data. (8) A completed copy of the following statement: ____________________ (Company Name) is an authorized distributor/reseller for ____________________ (Manufacturer Name) products and is free to set our own prices and discounts. B. Contractors are required to include a copy of the FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items with its quote or may indicate completion of the representations and certifications on the internet at http://www.sam.gov. Failure to include the certifications along with the price quote or to complete the certifications on the internet may result in elimination from consideration for award.