SOLICITATION NOTICE
23 -- Cylinder Truck Body Bed - Statement of Work
- Notice Date
- 3/8/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423110
— Automobile and Other Motor Vehicle Merchant Wholesalers
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- NB192020-A-04004
- Archive Date
- 4/1/2010
- Point of Contact
- Richard Cordero, Phone: 3019753976, WILLIAM N. LI, Phone: 3019753955
- E-Mail Address
-
rcordero@nist.gov, William.Li@nist.gov
(rcordero@nist.gov, William.Li@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement Of work I.Date: 03/8/2010 II.Contracting Office Address/ zip code: 100 Bureau Drive Gaithersburg, MD 20899-0001 III.Subject: Cylinder Truck Body Bed IV.Solicitation Number: NB192020-A-04004 V.Point of Contact: Ricardo Cordero ----- Work Phone: 301-975-3976 VI.Description: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. FAR PART 13, SIMPLIFIED ACQUISITION PROCEDURES, ARE UTILIZED IN THIS PROCUEREMENT. THIS ANNOUCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEIGN REQUESTED, AND A WRITTEN SOLICITATION DOCUMENTS WILL NOT BE ISSUED. This solicitation is a request for quotation (RFQ). The solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38. VII.Set Aside Status This requirement is being competed as a 100% small business set-aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 423110 with a size standard of 100 employees. VIII.APPLICABLE PROVISIONS AND CLAUSES: The Following FAR provisions and clauses apply to this solicitation: 52.219-6 52.212-1 52.212-2 52.212-3 52.212-4 52.212-5, including 52.222-50, 52.233-3 and 52.233-4 in paragraph (a) (1), and the following fill-ins in paragraph (b): 52.219-28, 52.222-3, 52.222.19, 522.222-21, 52.222-26, 52.222-36, 52.225-13 and 52.232-33 1352.215-73 INQUIRIES (MAR 2000) Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. They must be received no later than ten (10) calendar days after the date of this solicitation. All responses to the questions will be made in writing and included in an amendment to the solicitation. IX.Description of the requirements. See attached Statement of Work X.ADDENDUM TO PROVISION 52.212-1 - QUOTATION SUBMISSION INSTRUCTIONS (a)North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show— (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) “Remit to” address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and— (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). 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. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database.) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “DUNS” or “DUNS+4” followed by the DUNS or DUNS+4 number that identifies the offeror’s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the internet (f) Instructions to Offerors: Quotations are expected to conform to solicitation provisions and be prepared in accordance with this section. To aid in evaluation, the quotations shall be clearly and concisely written as well as being neat, indexed (cross-indexed as appropriate) and logically assembled. All pages of each part shall be appropriately numbered and identified with the name of the offeror, the date, and the solicitation number. A one page transmittal letter signed by an individual authorized to commit the organization shall transmitted with the quotation to the Government. Each quotation shall be on 8 and ½-inch x 11-inch paper, in a commercially standard font, not smaller than 12 point font. Each page in the quotation shall be separately numbered. The quotation shall be limited to ten (10) single-sided pages, single-spaced (excluding letter of transmittal, resumes, representations, certifications, cover letter and letters of commitment and past performance). (1) Quotation Content: Each quotation shall consist of three (3) separate electronic files: (a) Business Quotation and (b) Technical Quotation and (c) Price. The contents of each shall be as follows: A.Business Quotation: Shall include the items listed above (from 1 to 10). B.Technical Quotation Content: No pricing information shall be included in the technical quotation. The technical quotation shall include the following: 1. Technical Specifications (a) The offeror shall submit a technical description for the work it is proposing, which clearly discusses the specifications, design, quality, and parts to be use. The offeror must demonstrate that its proposed approach meets or exceeds each minimum requirement described in the statement of work by providing a citation to the relevant section of its technical description. 2. Experience Offeror shall describe their general background, experience, and qualifications of the organization as it relates to projects of a similar size, scope and nature to this requirement. Offeror shall demonstrate extensive experience and familiarity with the assembly of cylinder truck body/bed onto a 2010 Ford, F750 “D” Rated up to 25,999 GVW 3. Price The offeror’s price quote shall include: a.Offerors are expected to submit a fixed price (all inclusive) for each Contract Line Item Number (CLIN) for this requirement. XI.FAR 52.212-2 EVALUATION – COMMERCIAL ITEMS (JAN 1999) (ADDENDUM) The Government intends to award a purchase order to the responsible Offeror whose proposal represents the best value to the Government, evaluated cost/price and other factors considered. The Government reserves the right to make an award to other than the lowest-cost/priced Offeror or to the Offeror with the highest technical rating if the Contract Specialist determines that to do so would result in the best value to the Government. Upon receipt of proposals, the Contract Specialist will review them to determine if each Offeror followed all of the proposal preparation instructions in this solicitation. An offer that doesn’t follow the proposal submission instructions may be deemed unacceptable and may not be consider for further evaluation. Each offeror will be evaluated against the factors described below. An Offeror’s failure to address any factor may be considered indicative of the Offeror’s lack of understanding of the Government’s requirements and may result in the quotation being determined unacceptable. Non- Price factors 1 through 2 are listed in descending order of importance. Non-price factors 1 and 2, when combined together, are more important than price. The importance of price in the evaluation will increase with the degree of equality among quotations of the non-price factors. The Government may reject any or all quotations if such action is in the Government’s interest. The Government may waive informalities and minor irregularities in quotations received. The Government intends to evaluate quotations and award a purchase order without discussions with Offerors (except clarifications as described in FAR 15.306(a)). Therefore, the Offeror’s initial quotation should contain the Offeror’s best terms from a cost/price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Evaluation Factors: 1.Technical Specifications Evaluation of technical specification shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that it’s proposed specification, design, quality and parts to be used meets or exceeds the minimum specifications. Quotations that do not demonstrate the proposed solution that meets all specifications will not be considered further for award. If an offeror does not indicate whether its proposed approach meets a certain minimum specification, NIST will determine that it does not. NIST will also give preference to offerors who demonstrate that their proposed solution exceeds NIST’s specifications. 2. Experience NIST will evaluate the extent of the offeror’s experience in providing similar services to determine the nature and extent of the offeror’s successful completion of similar services related to the assembly of truck body/beds. 3. Price The proposed price will be evaluated but not scored. The price evaluation will determine whether the proposed prices are realistic, complete and reasonable in relation to the solicitation requirements. Proposed prices must be entirely compatible with the technical quotations. Although price is the least important evaluation factor, it will not be ignored. XIII. Delivery: 1.Delivery shall be FOB Destination to: National Institute of Standards and Technology Building 301 Shipping and Receiving 100 Bureau Drive Gaithersburg, MD 20899-001 2.All quotes shall be submitted so that they are received no later than 5:00 PM Eastern Time on March 17, 2010 at ricardo.cordero@nist.gov, with a courtesy copy to william.li@nist.gov. Faxed quotes will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB192020-A-04004/listing.html)
- Record
- SN02086082-W 20100310/100308234914-ec2e897ecfaaab2899ad7d915d013a20 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |