Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:2019-N-P-0773
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 (offers) are being requested and a written solicitation will not be issued. Solicitation number 2019-N-P-0773 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses accompanying this solicitation are those in effect through Federal Acquisition Circular (FAC) 2019-02. This is a total small business set aside. The applicable NAICS code is 326291 and the size standard is 750 employees. The St. Seaway Development Corporation (SLSDC) intends to purchase Ultra-high-molecular-weight polyethylene (UHWMP) having physical properties and performance characteristics equal to or exceeding those of TIVAR DockGuard ECO UV Black as manufactured by Mitsubishi Chemical Advanced Materials. Offerors may submit quotes in accordance with the below schedule: Item No. Description QTY Unit Price Total Amount 1 MK Fender- UHMWP having physical characteristics and properties which equal or exceed those found in TIVAR DockGuard ECO UV Black as manufactured by Mitsubishi Chemical Advanced Materials (formerly Quadrant Plastics). Shall be furnished in pieces of 8” wide x 3” thick x 10’ long. 30 $________ $__________ Required submittals: Offerors must submit the following items with his or her proposal: • Certified material properties of the fender (such as data sheets for material used) • Any other data that shows the proposed product of Ultra High Molecular Polyethylene (UHMWP) has physical properties and performance characteristics equal to our exceeding those of TIVAR DockGuard ECO UV Black. Delivery terms are FOB Destination. Delivery shall occur no later than August 30th, 2019. Items shall be delivered to: SLSDC Warehouse 251 Fregoe Road Massena, NY 13662 The Government intends to award a Firm, Fixed Price Contract. Per FAR 15.102-2, award will be made in accordance with the Lowest Price Technically Acceptable Source Selection Process. SLSDC intends to make the award without holding discussions with offerors. Award will be made to a responsible offeror based on: 1. Material is technically acceptable (equals or exceeds the specification, physical properties and characteristics of TIVAR DockGuard ECO UV Black). 2. Lowest evaluated price. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Offerors are required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer if they have not completed their certifications and representations on the System for Award Management (SAM) website at www.sam.gov. FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items is applicable to this acquisition. The following FAR clauses contained within clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items are applicable to this acquisition: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; 52.204-16, Commercial and Government Entity Code Reporting; 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; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-13, Notice of Set-Aside of Orders; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1, Buy American-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 -- Payment by Electronic Funds Transfer System for Award Management. Other applicable FAR provisions and clauses incorporated by reference in accordance with; 52.252-2 Clauses Incorporated by Reference and 52.252-1 Solicitation Provisions Incorporated by Reference include: 52.204-7, System for Award Management; 52.209-2 Prohibition on Contracting with Inverted Domestic Corporation Representation; 52.222-22 Previous Contracts and Compliance Reports; 52.222-25 Affirmative Action Compliance; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. Response date for receipt of offers/quotes is by 3:00 pm Eastern, Wednesday, July 10th, 2019. Quotes shall be emailed to Thomas Keenan, Contract Specialist, email address thomas.keenan1@dot.gov. All responsible offerors may submit a quote which shall be considered by the Saint Lawrence Seaway Development Corporation. Offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award. Full text of FAR clauses and provisions may be accessed electronically at www.acquisition.gov/far/.