Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W911SD11490617
This is a Combined Synopsis / Solicitation for commercial items in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 (“Streamlined Procedures for Evaluation and Solicitat...
This is a Combined Synopsis / Solicitation for commercial items in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 (“Streamlined Procedures for Evaluation and Solicitation for Commercial Items”), and supplemented with additional information as included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are requested. The Solicitation Number is W911SD11490617 and it is being issued as a Request for Quotes (RFQ). Quotes must be submitted by email only (oral offers will not be accepted). All Contractors / Respondents must be registered in Beta-System for Awards Management (https://beta.sam.gov) and the Procurement Integrated Enterprise Environment (https://piee.eb.mil/piee-landing/) in order for your quote to be considered for this solicitation (no exceptions). This acquisition will be processed under FAR Part 13 - Simplified Acquisition Procedures (SAP). The Contractor is responsible for being familiar with all applicable clauses and provisions. The solicitation documents and incorporated provisions and clauses are in effect through the “Clauses” pdf file (see attached) and https://www.acquisition.gov. This solicitation is being issued as… - - 100% Small Business Set-Aside - - NAICS Code: 337215 (Showcase, Partition, Shelving, and Locker Manufacturing) - - Size Standard: 500 employees - - Brand Name -or- Equal (I.A.W. FAR 52.211-6) 1. GENERAL REQUIREMENTS: The United States Military Academy at West Point, NY has a requirement for the items listed below. The items must be purchasable from a manufacturer / vendor that’s listed as 100% Small Business under NAICS Code 337215 - or - through an authorize seller / distributor. MFR: (Generic; see attached specs) P/N#: (Generic; see attached specs) ITEM: TA-50 Equipment Lockers (see attached specs) QTY: 190 each The Contractor shall supply, deliver, and install the 190 Lockers between 2 (two) barracks in accordance with the Facility Manager’s instructions and the Scope of Work (see attached). The lockers are to be installed in the following areas: Location: United States Military Academy United States Military Academy Bldg. 755, 2nd Fl. / Davis Barracks Bldg. 745D (Basement) / Mac Barracks 755 Derussy Rd 745D Derussy Rd West Point, NY 10996 West Point, NY 10996 (130 Lockers to Install) (60 Lockers to Install) *** See Specifications in Scope of Work for complete information *** 2. The Contractor shall ensure that the lockers are built / constructed / completed in accordance with the specific instructions in the “Features” section in the Scope of Work prior to delivery. The lockers will not be bolted to the wall, floor, nor each other. They will simply be unpacked and lined-up against the wall right next to each other in *numeric sequence (see *Scope of Work). The Contractor shall also comply with ALL the other requirements that are listed in the Scope of Work. The Contractor shall contact the Facility Manager for specific instructions on where and how to install the lockers prior to delivery. The Facility Manager will be the Point-of-Contact and will be available during the delivery and installation-phase of the project. 3. The Contractor shall provide 100% complete specifications to the Contracting Specialist with their quotes (mandatory requirement) (see Paragraph 9 in Scope of Work). If the Contractor offers an equivalent product, the Contractor shall provide 100% complete specifications and applicable literature, drawings, and/or pictures in order to assess compatibility. Failure to comply will be considered as “Non-Responsive”. 4. The Government will award a Firm-Fixed Price contract resulting from this Combined Synopsis / Solicitation to the responsible Contractor whose offer conforms to the Synopsis / Solicitation and the Scope of Work as the most advantageous to the Government (price and other factors considered). The award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. 5. This solicitation is Firm Fixed Price only. Federal Government prefers FOB - Destination. However, if you want payment for shipping / delivery fee, you must submit your quote with FOB - Destination terms -and- apply the shipping fee to the cost of the main line item. Estimated or Adjustable Shipping Fees will not be accepted and could cause your quote to be rejected for this solicitation. 6. Promotional / Discount Pricing will only be accepted if the offer is available for a minimum of at least 10 business days from the date the solicitation closes (not from the date you submit your quote). Any offers below the 10-day minimum requirement will have to be offered as Non-Promotional / Non-Discount price only. 7. This solicitation is issued in electronic format only and is available on-line at https://beta.sam.gov/. Vendors that use third-party websites to inquire about this solicitation or to obtain documents will not be provided guidance nor assistance. All information / documents must be reviewed and obtained only through https://beta.sam.gov/ (Beta.Sam.gov is a free [no fee] federal government website). 8. Quotes will only be accepted if they are completed and processed as stated in Section 1, 3, 5, 6, and 8. The following information must be on your quote… (a) COMPANY POC (Phone# & Email Address) (b) BUSINESS SIZE (“Small” or “Large”) (c) TAX ID# (d) DUNS# (e) CAGE CODE (f) NAICS CODE(s) (all that apply to this solicitation) (g) SMALL BUSINESS CERTIFICATION(s) (if applicable) (i.e… 8a, WOSB, EDWOSB, HUBZone, SDVOSB, etc.) All parties that qualify for this solicitation in accordance with Section 1 above should email their questions, responses, quotes, specs, and attachments to jorge.l.acevedo4.civ@mail.mil. All questions must be received by no later than July 30, 2020 (Thursday) by 12:00 PM (EST). All final responses, quotes, specs, and attachments must be sent via EMAIL to jorge.l.acevedo4.civ@mail.mil by no later than July 31, 2020 (Friday) @ 12:00 PM (EST). *** SEE ATTACHED SCOPE OF WORK BELOW FOR COMPLETE INFO ***