Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:2020-N-P-0223
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 2020-N-P-0223 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) 2020-01. This is a total small business set aside. The applicable NAICS code is 331110, the product service code is 9535, and the size standard is 1,500 employees. Vendors are reminded that all products offered for this procurement are subject to the FAR Clause 52.225-1, Buy American-Supplies. For this procurement, all steel must be produced domestically (within the U.S.) Offers which include foreign-sourced steel will not be accepted. The St. Seaway Development Corporation (SLSDC) intends to purchase steel in accordance with the table in the attachment section (MS Word Document title STEEL LINE ITEMS). Offerors may submit quotes in accordance with the attached schedule. Delivery terms are FOB Destination. Delivery shall occur no later than December 20th, 2019. Items shall be delivered to: SLSDC Warehouse 251 Fregoe Road Massena, NY 13662 Delivery hours are from 7:00 AM through 3:00 PM. SLSDC will have personnel and equipment available to offload the steel. The Government intends to award a Firm, Fixed Price Contract. SLSDC intends to make the award without holding discussions with offerors. Award will be made to a responsible offeror based on the 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 9:00 AM Eastern, Wednesday, December 11th, 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/.