Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:SP3300-19-Q-0105
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-0105. 2. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-03 effective 12 June 2019 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20190628 (effective 28 June 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/- https: - https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ DLAD - http://www.dla.mil/HQ/Acquisition/Offers/DLAD.aspx//www.acquisition.gov/browsefar DFARS FAR 3. DLA Distribution Norfolk, VA has a requirement for a contractor to provide Hyster Forklift Batteries in accordance with the attached characteristics on the Schedule of Supplies in Attachment 1. (SEE ATTACHMENT 1 FOR SCHEDULE OF SUPPLIES) PACKAGING TEXT: SHALL BE PACKAGED STANDARD IN ACCORDANCE WITH ASTM D 3951. NOTE: All prices must be rounded to two decimal places. Please pay special attention to FAR 52212-3 Evaluation - Commercial Items and its addenda. 4. This solicitation is 100% Set Aside for Small Business Concerns. The Federal Supply Code (FSC) for this acquisition is 6140 (Batteries, Rechargeable), and the North American Industry Classification System (NAICS) code for this procurement is 335911 (Storage Battery Manufacturing) with a size standard of 1250 employees. 5. The contractor shall type company name, address, and CAGE code exactly as it appears in the DoD System for Award Management (SAM) Database. Company Name: Battery Manufacturer Name: Company Address: CAGE Code: Point of Contact: Telephone: Email: Offerors shall quote Firm Fixed Unit Prices for CLIN 0001. Pricing shall be quoted as FOB Destination, with all shipping, packing and packaging charges included in the Firm Fixed Unit Prices. Pricing must be rounded to two decimal points. SHIP TO: SB3106 DLA Distribution 9689 Virginia Ave., Bldg. W131 Norfolk Va. 23511 Phone (757) 278-8503 Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. •6. 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. 7. 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. 8. PACKING AND MARKING REQUIREMENTS: All products shall be packaged best commercial practice in accordance with ASTM 3951. All shipments must contain proper shipping documentation. Contractor shall attach, in a water resistant envelope, to the exterior shipping container a commercial packing list. All documents must include at a minimum, contract number and document number for the item, stock number, quantity, and unit of issue. Omission of any data on the shipping documentation could cause a delay in receipt of goods and significantly delay payment. 9. Please pay special attention to the Instruction to Offerors. The instructions require various items of documentation to submit with your quote; completed Representations and Certifications, etc. 10. MARK CONTRACT NUMBER ON ALL CORRESPONDENCE: Contractor must mark the contract or purchase order number on all paperwork and shipments. The order number must appear on the exterior of the shipment. Failure to follow these instructions will hold up payment to you and could result in the return of merchandise at your expense. 11. Questions regarding this solicitation must be submitted by email to the Contract Specialist, Joseph Crowley at joseph.crowley@dla.mil. Questions must be received by 3:00 PM Eastern time on AUGUST 30, 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. 12. Offerors responding to this announcement shall submit their quotations via email to joseph.crowley@dla.mil. All quotes must be received by September 20, 2019 at 3:00 PM Eastern time to be considered for award.