Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912J6-21-Q-0020
Looking for two 40ft and one 20ft storage containers, each container must have silicone roofing coating. CLIN 0001: Quantity of 2 40ft Storage container to include shipping and delivery to Kalaeloa Ha...
Looking for two 40ft and one 20ft storage containers, each container must have silicone roofing coating. CLIN 0001: Quantity of 2 40ft Storage container to include shipping and delivery to Kalaeloa Hawaii 96707. CLIN 0002: Quantity of 1 20ft Storage container to include shipping and delivery to Kalaeloa Hawaii 96707. It is anticipated that a firm-fixed price purchase order will be awarded for the requested supplies as a result of this synopsis/solicitation. Award will be made to the lowest priced vendor that meets all salient characteristics as outlined in the product description and presents as the best value to the Government under FAR 13.106-l(a)(2). The following FAR and DFARS provisions are incorporated into this solicitation by reference: 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-20 Predecessor of Offeror 52.204-22 Alternative Line Item Proposal 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26 Covered telecommunications Equipment or ServicesRepresentation 52.209-2 Prohibition on Contracting with Inverted Domestic CorporationsRepresentation 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 Instructions to Offerors-Commercial Items (DEVIATION 2018- 00018) 52.212-3 Offerer Representations and Certifications- Commercial ItemsAlternate I 52.219-1 Small Business Program Representations--Alternate I 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 252.203-7005 Representation Relating to Compensation of Former DoD officials 252.204-7016 Covered Defense Telecommunications Equipment or Services -Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 SAM Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26 Covered Telecommunications Equipment or ServicesRepresentations 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.211-17 Delivery of Excess Quantities 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 (Class Deviation 2018-00021} 52.219-14 Limitations on Subcontracting 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies. (DEVIATION 2020-00019) 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-50 Combating Trafficking in Persons 52.223-15 Energy Efficiency In Energy-Consuming Products 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-1 Disputes 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 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 252.204-7003 Control of Government Personnel Work Product 252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.211-7003 Item Unique Identification and Valuation 252.225-7001 Buy American and Balance of Payments Program-Basic 252.225-7048 Export-Controlled Items 252.232-7010, Levies on Contract Payments 252.232-7017 Accelerating Payments to Small Business Subcontractors-Prohibition on Fees and Consideration252.243-7001, Pricing of Contract Modifications 252.247-7023 Transportation of Supplies by Sea--Basic The following provisions and clauses are incorporated by full text in Attachment #2. 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.232-7006 Wide Area Workflow Payment Instructions 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. Quotes are due by 4:00 p.m. Hawaii Standard Time on Thursday, 17 June, 2021. Electronic proposals must be submitted via e-mail to Jay Renguul at jay.renguul.mil@mail.mil. Facsimile proposals will not be accepted Any Questions regarding this solicitation may be directed to Jay Renguul at jay.renguul.mil@mail.mil no later than 3:00 PM Hawaii Time Tuesday, 15, 2021. Reference solicitation number in subject line. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. (FAR 52.212-l(g))