Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:15B20719Q00000011
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. The United States Penitentiary in LEWISBURG, Pennsylvania is soliciting quotes (RFQ) for the following requirement under solicitation number 15B20719Q00000011. The date and time for receipt of quotes is September 10th 2019, 8am EST. LI01- Metro C5T9-ASBA Quantity: 8 C5 T-Series Transport Armour heavy-duty insulated mobile heated cabinet, full height, adjustable bottom load slides 3-2/5" OC, top mount analog thermometer & electro-mechanical thermostat (16) 18" x 26" or (32) 12" x 20" x 2-1/2" pan capacity, 304 stainless steel, foamed-in-place polyurethane insulation, maximum temperature 200°F, 6" casters, 120V/60/1, 1400 watts, 12 amps, NEMA 5-15P, cULus, NSF, ENERGY STAR LI02 - CST-CORR-9 Quantity: 8 Full Height Correctional Package, includes lockable control panel cover, lockable travel latch / hasp, tamper proof screws on exterior. Pricing shall be FOB destination and include all taxes and fees to: USP LEWISBURG 2400 Robert F. Miller Drive Lewisburg PA 17837 The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-05. This requirement is 100% Small Business Set-Aside for NAICS Code 332215, with a size standard of 750 employees. The following FAR provisions apply to this acquisition: 52.212-1, Instruction to quoters Commercial items applies to the acquisition. Quoters shall include a completed copy of FAR provision 52.212-3, Quoter Representations and Certifications Commercial Items, and furnish Quoters Federal Tax Identification Number, DUNS Number. FAR Clauses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders Commercial Items apply to this acquisition. Additional Terms and Conditions are attached. In addition items shall be Buy American Act Compliant. Each quoter is required to complete their representations and certifications in the System for Award Management (SAM). All responsible small businesses that are actively registered on the System for Award Management site, www.sam.gov, may submit an offer for consideration. This requirement is a Firmed-Fixed-Price contract. The best value evaluation method will be used. The Government expects to award a contract(s) resulting from this solicitation to the responsible Quoter(s) whose quote(s) conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The government reserves the right to make a single award or multiple awards from this solicitation if it is advantageous to the agency. A quotation is not an offer and cannot be accepted by the Government to form a binding contract. An order, in writing, will need to be offered by the government and accepted by the supplier. The Best Value Determination method will be used to make award for this requirement. FAR defines "Best value" as the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. Considerations for this best value determination include 1 - Price; 2 - Past Performance to include timeliness of delivery, providing correct product as specified, completing order as awarded/quoted, quality of items provided, and providing the correct quantity of items awarded, as well as FAPIIS and PPIRS reports; 3 - Technically Acceptable Item