Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W9124C-19-R-5025
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. The solicitation number is W9124C-19-R-5025 and is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in attachment III. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. Small business size standard of 1,250 employees. This requirement is a total small business set aside. REQUIREMENT DESCRIPTION: This is a requirement to establish a Blanket Purchase Agreement (BPA) for five different model number CCTV cameras for Fort Jackson, SC. Period of Performance: Twelve (12) month base with four (4) twelve-month options. This agreement, unless terminated under any terms and conditions contained herein, shall be from the date of award through (five years, includes four option years) starting on 01 October 2019, unless either party notifies the other party in writing at least thirty (30) days in advance to cancel. Attachments: Attachment I: Salient Characteristics Attachment II: Pricing Sheet Attachment III: Clauses RESPONSIBLE SOURCES SHALL PROVIDE THE FOLLOWING: 1. Price quote which identifies the requested item(s) unit and total price using attachment 2. 2. Point of contact to include: Representative name, phone and fax number, and email address. 3. Prompt Payment Terms. 4. Remittance address, Tax Identification Number, DUNS number and Cage Code number. 5. Representation and Certifications. 6. Information pertaining to volume discount. INSPECTION AND ACCEPTANCE: Destination by Government FOB DESTINATION: Shipping address for this item is Fort Jackson, SC 29207; shipping charges shall be included in the purchase cost of the products. Sellers shall deliver the products on their own conveyance to the location listed on the delivery order. BASIS FOR AWARD: Award will be made to the lowest priced technically acceptable offer that is determined to be most advantageous to the Government. The acceptable quote with the lowest overall price that is technically acceptable will be deemed the most advantageous to the Government. Offerors are advised to provide their best terms from a price and technical standpoint as there may not be an opportunity to revise their proposals. Technically Acceptable - Offer clearly meets all of the specifications of the product requested. Technically Unacceptable - Offer does not clearly meet all of the specifications of the product requested. OFFER ACCEPTANCE: Quote MUST be valid for 60 calendar days after submission. Primary Payment Method: Payments will be made using Wide Area Work Flow (WAWF). WAWF - In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at http://wawf.eb.mil. WAWF Customer Support for assistance toll free number is 866-618-5988. Systems for Award Management (SAM). Offerors shall ensure their company is registered in the System for Award Management (SAM) database and has completed their annual representations and certifications through the SAM website. The Government transitioned from the Central Contractor Registration System (CCR) www.ccr.gov, and Online Representations and Certifications Application (ORCA) https://www.acquisition.gov, to the System for Award Management (SAM) https://www.sam.gov. Any reference to CCR or ORCA in this document is to be understood as SAM. QUESTIONS AND ANSWERS: Deadline for submitting all questions from potential vendors is 11:00 AM EST, 9 September 2019. Questions shall be emailed to Sean Higgins, Contract Specialist, at sean.o.higgins.civ@mail.mil. Please use reference number W9124C-19-R-5025 on email subject Line of any email(s). No further questions will be accepted or responded to after the aforementioned deadline. DUE DATE FOR RESPONSES TO THIS RFQ: Offers shall be received no later than 12:00 PM Eastern Standard Time, 13 September 2019. Late quotes may not be considered for evaluation. Quotes shall be emailed to Sean Higgins, Contract Specialist, at sean.o.higgins.civ@mail.mil. Please use reference number W9124C-19-R-5025 on your quote and in the Subject Line of any email(s). Additional Info: Additional documentation Contracting Office Address: MICC - Fort Jackson, Directorate of Contracting, Building 4340, Magruder Street, Fort Jackson, SC 29207-5491 Point of Contact(s): Sean Higgins, 803-751-7700 MICC - Fort Jackson