Remote Controlled Slope Mower
This is a combined synopsis/solicitation, W912BU19Q0019, for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 13 and the format in subpart 12.6, as supplemented w... This is a combined synopsis/solicitation, W912BU19Q0019, for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 13 and 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. A Scope of Work (SOW) is included with additional information for line item. This office will not accept any telephonic, written, or faxed requests for a copy of the solicitation. Request for quotation (RFQ) for: CLIN: 0001 UOI: EA DESCRIPTION: Remote Controlled Slope Mower including Orientation training (See SOW) FOB, and inspection and acceptance: Destination [Chesapeake City, MD 21915]. Period of performance for this RFQ will be no more than 90 days from award date. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05/08-13-2019. Clauses and Provisions are available on line at HTTP://farsite.hill.af.mil. This solicitation is being competed as a 100% total small business set-aside under the NAICS Code of 423820- Farm and Garden Machinery and Equipment Merchant Wholesalers with a small business size standard of 100 employees. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items (DEVIATION 2018-O0018). Prospective vendors' shall provide quotes with the information provided in clause section (b) Submission of offers. QUOTE SUBMITTAL INSTRUCTIONS: Questions regarding this RFQ must be submitted via e-mail to Maria.M.Figueroa-Gomez@usace.army.mil by August 28, 2019 NLT 1:00 PM EST. All questions will be answered within 48 hours through an amendment. All quotes shall be submitted electronically via FBO by September 3, 2019 NLT 4:30 PM EST. Offeror shall submit its proposal through the FedBizOpps (FBO.gov) system. The requirements and procedures for offer submission are found in the FBO Vendor User Guide located on the FBO webpage at: https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. The quote submittal method used for this solicitation is the electronic response via document upload method. The electronic proposal shall be Portable Document Format, filename extension: ".pdf" and suitable for viewing in Adobe Reader. Offerors shall bookmark and label each electronic PDF to afford easy identification from the proposal table of contents. Offerors are responsible for including sufficient details to permit a complete and accurate evaluation of each quote. Propriety information shall be clearly marked. The use of hyperlinks in proposals is prohibited. Offerors should enter a description for every file uploaded. For files over 10 megabytes (MB) the "Large Upload (JAVA)" button must be used. The combined file size limit for upload using "Large Upload (JAVA)" is 100MB. If needed, the Offeror can break single files over 100MB into smaller files or use the upload utility multiple times if files exceed the 100MB size limit. Once the Offeror's quote is submitted, it can be systematically revised prior to the solicitation response deadline. Refer to Paragraph 4.3.2 of the FBO Vendor Guide titled "Reviewing / Editing an Electric Response" for detailed guidance on completing a revision to an electronic quote submission. Note: the FBO bid response system will send an email to the email address on file for the user confirming the electronic submission. Note: the Offeror must be logged into the system to be able to submit / revise electronic responses. For assistance and troubleshooting for the FBO electronic bid response system, contact the Federal Service Desk (FSD.gov). Phone: 866-606-8820 or Web Form (https://gsafsd.service-now.com/fsd-gov/login.do). Do not assume submission will be instantaneous. File size and number of files to be uploaded will be factors to consider. Offeror/Teammate/Subcontractors should allow adequate time for submission completion because the entire proposal (i.e. Offerors submission and all Teammate/Subcontractor(s) independent submissions) must be received by the due date and time for the quote to be considered. To avoid rejection of a quote, the Offeror must make every effort to ensure its electronic submission is virus-free. Proposals, or portions thereof, submitted with the presence of a virus or which are otherwise unreadable will be treated as unreadable pursuant to FAR 15.207(c). FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (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. The following factors shall be used to evaluate offers: Award will be made to lowest price offer meeting or exceeding item specifications, including terms and conditions, and acceptable performance. Price: The unit price of item plus the orientation training at time of delivery. There is No Option for this acquisition. Technical: As stated in the Scope of Work (SOW), Equipment must be of the latest design and a current production model. Lesser equipment model shall not be modified to meet specifications. Past Performance: Past Performance will be evaluated in accordance with DFARS 213.106-2(b)(i). The government will evaluate offerors past performance information found in https://www.sprs.csd.disa.mil/links.htm. Acceptable past performance is weighted delivery score higher than 75% and weighted quality performance color green, purple, or blue. (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. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. For offerors with a current registration in the System for Award Management (SAM), complete paragraph (b) of the provision and submit with the response to the RFQ. Clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The additional FAR clauses cited in the FAR 52-212-5(b)(4),(8),(14)(i),(22),(25),(26),(27),(28)(i),(30)(i),(33)(i),(42),(43),(47)(ii),(49), and (55) are applicable to the acquisition. CLAUSES INCORPORATED BY REFERENCE: FAR 52.204-13 System for Award Management Maintenance OCT 2018 FAR 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems JUN 2016 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 DFARS 252.203-7003 Agency Office of the Inspector General AUG 2019 DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 DFARS 252.211-7003 Item Unique Identification and Valuation MAR 2016 DFARS 252.225-7048 Export-Controlled Items JUN 2013 DFARS 252.227-7015 Technical Data--Commercial Items FEB 2014 DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data SEP 2016 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 DFARS 252.232-7010 Levies on Contract Payments DEC 2006 DFARS 252-244-7000 Subcontracts for Commercial Items JUN 2013 DFARS 252-246-7008 Sources of Electronic Parts AUG 2016 FAR 52.246-2 Inspection of Supplies- Fixed-Price AUG 1996 FAR 52.247-34 FOB Destination NOV 1991 PROVISIONS INCORPORATED BY REFERENCE: FAR 52.204-7 System for Award Management OCT 2018 FAR 52.204-16 Commercial and Government Entity Code Reporting JUL 2019 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 FAR 52.222-22 Previous Contracts and Compliance Reports FEB 1999 Additional contract requirement: Vendor shall provide a copy of warranty with offer. Firms who receive a Federal contract in excess of $30,000.00 are required by legislation to submit an annual VETS Report on your employment of targeted veterans. Information on submitting your report may be obtained by accessing the following internet web site: www.va.gov. ***Questions regarding this RFQ must be submitted via e-mail to Maria.M.Figueroa-Gomez@usace.army.mil by August 28, 2019 NLT 1:00 PM EST. All questions will be answered within 48 hours through an amendment. *** ***All quotes shall be submitted electronically via FBO by September 3, 2019 NLT 4:30 PM EST. *** Important Note: The official media for distribution of this RFQ is Federal Business Opportunities (FBO). It is the responsibility of the interested vendor(s) to register in FBO and monitor the notice for any amendments. Offer shall take into account any amendments to this notice or it will be found non-responsive. Amendments: 1- Typo correction: instead of FOB to FBO. No changes to scope of work nor term and conditions. Maria Figueroa 8/23/2019
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »