Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W91243-19-Q-JE01
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announce...
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. W91243-19-Q-JE01 is being issued as a Request for Quote (RFQ). This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101 Dated 26 Oct 2018. This is set-aside for small business with the NAICS code of 336214, 1,000 employees.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. W91243-19-Q-JE01 is being issued as a Request for Quote (RFQ). This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101 Dated 26 Oct 2018. This is set-aside for small business with the NAICS code of 336214, 1,000 employees. One line items: CLIN 0001: STEM Trailer, Quantity of 1 each. Delivery Date is 120 days After Date of Contract (ADC). Delivery location is USPFO Warehouse, 2950 N Park Rd, Lincoln, Nebraska 68524. Quote pricing must be good for 30 days after solicitation end date. FAR 52.232-18 Availability of Funds - Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. FAR 52.204-7 System for Award Management FAR 52.204-13 System for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.212-1, Instructions to Offerors--Commercial Items (DEVIATION 2018-O018) FAR 52.212-2; Evaluation--Commercial Items - Award will be based on "BEST VALUE" to the government. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. i. Price ii. Technical iii. Past Performance (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Alternate I Offeror and Certifications--Commercial Items FAR 52.212-4 Contract Terms and Conditions--Commercial Items FAR 52.212-5 Contract Terms and Conditional Required to Implement Statutes--Commercial Items (Class Deviation 2018-O0021) FAR 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003) FAR 52.225-1 Buy American - Supplies. FAR 52.225-18 Place of Manufacture. FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. FAR 52.233-2 Service of Protest FAR 52.233-3 Protest after Award DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. DFARS 252.211-7003 Item Unique Identification and Valuation. DFARS 252.211-7008 Use of Government-Assigned Serial Numbers DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7007 Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies DFARS 252.225-7048 Export-Controlled Items. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions Offers can be e-mailed to Jarod Epp at jarod.w.epp.civ@mail.mil. Faxes will not be accepted.