Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W911QY-20-P-0130
The Department of the Army, ACC-APG, Natick Contracting Division, Natick, MA intends to purchase plumbing components to support the production of twelve (12) Field Sanitation Center 3 systems at the C...
The Department of the Army, ACC-APG, Natick Contracting Division, Natick, MA intends to purchase plumbing components to support the production of twelve (12) Field Sanitation Center 3 systems at the Combat Capability Development Center (CCDC). See attached spreadsheet for list of Contract Line Item Numbers (CLINS). Sole make/model is required for CLINS 0001 - 0025. No substitutes. For items noted “or equivalent”, offerors shall submit complete product specification sheets when proposing “or equivalent” items. This is a combined synopsis and 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. Request For Quotation (RFQ) number is W911QY-20-Q-0130. A firm fixed price type purchase order IAW FAR Part 13 is anticipated. NAICS Code is 332919, Size Standard is 750 employees. This requirement is 100% small business set aside. NCD SBA has concurred with this decision. Timely offers will be considered. Contractors must be registered in the System for Award Management (SAM) to be eligible for award. In accordance with DFAR Clause 252.211-7003, Unique Item Identifier (UID) applies if the proposed unit price is $5,000 or greater. The UID information must be submitted in Wide Area Work Flow (WAWF) and a UID tag must be affixed to this item prior to shipping. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. FAR 52.212-1 Instructions to Offerors--Commercial Items applies. Evaluation will be in accordance with FAR 52.212-2 Evaluation--Commercial Items. Evaluation factors are technical capability, past performance, and price. Each is equally important. FAR 52.212-4, Contract Terms and Conditions--Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, and DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply. The following addenda or additional terms and conditions apply: 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003) and 52.219-14 Limitations on Subcontracting. Required delivery is 30 days ARO. Inspection and Acceptance by Government at Natick, MA. Shipping will be F.O.B. Destination Natick, MA. Offers must be received by 3:00 p.m. eastern time on 07 May 2020 and shall be submitted via e-mail to Maverick Siragusa. All inquiries regarding this combined synopsis/solicitation shall be submitted to Maverick Siragusa and Eileen Emond with the solicitation number in the subject line. Offers received after this date are considered late. For further information on this requirement contact Maverick Siragusa at 508-206-2005, maverick.c.siragusa.civ@mail.mil or Eileen Emond at 508-206-2036, eileen.emond.civ@mail.mil.