SMALL BUSINESS SET-ASIDE FOR fifteen (15) Solar Powered Street Lights
***AMENDMENT 0001: PWS-Requirement-Salient Characteristics HAS BEEN REVISED> PLEASE SEE NEW ATTACHMENT. AS A RESULT< CLOSING HAS BEEN MOVED TO 24 MAY 2019*** 1. Solicitation Number: W911QX18Q0088 2. T... ***AMENDMENT 0001: PWS-Requirement-Salient Characteristics HAS BEEN REVISED> PLEASE SEE NEW ATTACHMENT. AS A RESULT< CLOSING HAS BEEN MOVED TO 24 MAY 2019*** 1. Solicitation Number: W911QX18Q0088 2. Title: SMALL BUSINESS SET-ASIDE FOR fifteen (15) Solar Powered Street Lights 3. Classification Code: 62 4. NAICS Code: 221114 5. Response Date: 3 weeks after posting 6. Description: Disclaimer: 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 the only solicitation; proposals are being requested and a written solicitation will not be issued. NOTICE: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED: THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE COMPETITIVE IN TERMS OF MARKET PRICES, QUALITY, AND DELIVERY. IF ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING OFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE FIRST, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC_2019-01 effective 22 January 2019. For purposes of this acquisition, the associated NAICS code is 221114. The small business size standard is 250 Employees. Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): Specifications/Requirement: SEE ATTACHED DOCUMENT TITLED A02 - PWS-Requirement-Salient Characteristics Delivery: Delivery is required by 90 days after receipt of order (ARO). Delivery shall be made to Adelphi Lab Center, Adelphi, MD 20783. Acceptance shall be performed at Adelphi Lab Center, Adelphi, MD 20783. The FOB point is Destination. Clauses: I. The provision at 52.212-1, Instructions to Offerors - Commercial DEVIATION 2018-O0018, applies to this acquisition. The following addenda have been attached to this provision: In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong. II. Evaluation Criteria - The specific evaluation criteria to be used are as follows: In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government. Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government's minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government's minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance): Price Technical Capabilities/Specification Past Performance III. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. IV. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None. V. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) 52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION (JUL 2013) 52.222-3 CONVICT LABOR (JUN 2003) 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2016) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26 EQUAL OPPORTUNITY (SEP 2016) 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50 COMBATING TRAFFICKING IN PERSONS (MAR 2015) 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 (JUL 2013) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) 252.204-7015, Disclosure of Information to Litigation Support Contractors, as prescribed in 204.7403(c), to comply with 10 U.S.C. 129d. 252.211-7003, Item Identification and Valuation, as prescribed in 211.274-6(a)(1) 252.223-7008, Prohibition of Hexavalent Chromium, as prescribed in 223.7306 252.232-7010 Levies On Contract Payments (DEC 2006) 252.244-7000, Subcontracts for Commercial Items, as prescribed in 244.403. 252.246-7008 SOURCES OF ELECTRONIC PARTS (OCT 2016) 252.247-7023, Transportation of Supplies by Sea, as prescribed in 252.247.574(b)(1), to comply with the Cargo Preference Act of 1904 (10 U.S.C. 2631(a)). VI. The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.252-2 CLAUSES INCORPORATED BY REFERENCE 252.203-7005 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.225-7048 EXPORT CONTROLLED ITEMS (JUNE 2013) 252.225-7050DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM (OCT 2015) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOV INSPECTION AND ACCEPTANCE UTILITIES DISTRIBUTION STATEMENT PAYMENT OFFICE (BANKCARD) TAX EXEMPTION CERT. (ARL) TAX EXEMPTION CERT. (GARRISON) RECEIVING ROOM - ALC SUPERVISION OF EMPLOYEES WORK HOURS ID OF CONTRACTOR EMPLOYEES GOV'T-CONTRACTOR RELATIONSHIPS EXCEPTIONS IN PROPOSAL SITE VISIT CONFERENCE AWARD OF CONTRACT TECHNICAL INFORMATION SEPARATE TECH. & PRICING PROP. ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS VII. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as : N/A VIII. The following notes apply to this announcement: In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. IX. SITE VISIT: A site visit will be offered for interested parties on 08 May 2019, at 1000 hrs. Interested parties are required to email the contract specialist, Christine Chase, Christine.m.chase10.civ@mail.mil, with the name and contact information of every planned attendee no later than 1200 hrs Eastern on 03 May 2019. Place of Performance: 2800 Powder Mill Rd, Adelphi, MD, 20785
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »