Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912J6-19-Q-0047
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; quotes are being requested and a written solicitation will not be issued. This solicitation, W912J6-19-Q-0047, is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-03, effective 12 Jul 2019. This procurement is a 100% Small Business set-aside in accordance with (IAW) the Federal Acquisition Regulation (FAR) Part 19.502-2 (b). The NAICS code is 332439 and the small business size standard is 500 EMP. The following commercial items are requested in this solicitation: Contractor shall provide all items listed below. Contract line item numbers (CLINs) and quantities are as follows: CLIN 0001: two (2) each 40’ (foot) storage containers (Please see 2 ea. 40’ Storage Container Specs & Diagram Attachment 3) CLIN 0002: Shipping FOB Destination to Hawaii 96872 It is anticipated that a firm-fixed price purchase order will be awarded for the following items as a result of this synopsis/solicitation. Award will be based on lowest price technically acceptable. The following provisions and clauses are incorporated into this solicitation by reference: 52.204-7, System for Award Management 52.204-13, SAM Maintenance 52.204-16, Commercial and Government Entity Code Reporting 52.204-17, Ownership or Control of Offeror 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-20, Predecessor of Offeror 52.204-22, Alternative Line Item Proposal 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.209-10, Prohibition on Contracting with Inverted domestic Corporations 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.211-17, Delivery in Excess Quantities 52.212-1, Instructions to Offerors – Commercial Items 52.212-3, Offeror Representations and Certifications- Commercial Items- Alternate I 52.212-4, Contract Terms and Conditions – Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-1, Small Business Program Representations 52.222-50, Combating Trafficking in Persons 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-1, Payments 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.243-1, Changes—Fixed Price 52.247-34, F.O.B Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7011, Alternative Line Item Structure 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov. The following provisions and clauses are incorporated by full text. The full text is found in Attachment #1. DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions Quotes are due by 10:00 a.m. local (HST) time on 26 July 2019. Electronic proposals must be submitted via e-mail to SSgt Laura Logan at laura.l.logan5.mil@mail.mil using the quote sheet in attachment 2. Facsimile proposals will not be accepted. Questions regarding this solicitation may be directed to SSgt Laura Logan at 808-844-6331 or at laura.l.logan5.mil@mail.mil no later than 18 July 2019 at 10:00 a.m. (HST). Attachments: #1-Full Text Provisions and Clauses #2-Quote Sheet #3-2 ea. 40’ Storage Container Specs & Diagram