Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2015 FBO #4986
SOLICITATION NOTICE

71 -- RECOVERY--71--- Inventory Management Parts and Installation

Notice Date
7/17/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Social Security AdministrationOffice of Acquisition and Grants1540 Robert M. Ball Building6401 Security BlvdBaltimoreMD21235
 
ZIP Code
21235
 
Solicitation Number
SSA-RFQ-15-0723
 
Response Due
7/21/2015
 
Archive Date
8/20/2015
 
Point of Contact
LAWRENCE SNEERINGER
 
Small Business Set-Aside
N/A
 
Description
RECOVERY ? The Social Security Administration (SSA) intends to fund the resulting fixed-price contract in whole via the American Recovery and Reinvestment Act of 2009 (Pub. L. 111-5) (Recovery Act). The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source, ULINE, Inc. Per FAR 12.603, the following synopsis is presented below, as described at FAR 5.207: (1) Action Code: Request for Quote (2) Date: Thursday, July 16 (3) Year: 2015 (4) Contracting Office ZIP Code: 21235 (5) Classification Code: 337215 Showcase, Partition, Shelving, and Locker Manufacturing (6) Contracting Office Address: Social Security Administration, Office of Acquisition and Grants, 1540 Robert M. Ball Building, 6401 Security Blvd., Baltimore, MD 21235 (7) Subject: Inventory Management System (8) Proposed Solicitation Number: SSA-RFQ-15-0723 (9) Closing Response Date: Tuesday, July 21, 2015 at 1:00 PM (EDT); Questions Due Date: 24 hours prior to the closing response date and time. (10) Contact Point or Contracting Officer ? Mr. Lawrence Sneeringer Data elements (11) ? (15): N/A (16) Description: (17) Place of Contract Performance: National Support Center (NSC), 8999 Bennett Creek Blvd., Frederick, MD 21704 (18) Set-aside Status: N/A Per FAR 12.603(a)(2), the following additional information is included below in the description: (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation numbered SSA-RFQ-15-0723 is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-83, July 2, 2015. (iv) Non-set-aside. The associated NAICS code is 337215 Showcase, Partition, Shelving, and Locker Manufacturing. Manufacturing and small business size standard is 500 employees. (v) Contact line item numbers (CLIN) and items, quantities, and units of measure: Refer to Att. 1 ? CLIN Information. (vi) Description of requirements for the items to be acquired: Refer to Att. 1 ? CLIN Information. (vii) Date and place of delivery and acceptance and FOB point: See data element (17). Delivery shall occur no later than three business days after award in coordination with the technical point of contact assigned to this requirement. The technical point of contact, along with his or her contact information, will be provided upon award. FOB Destination is required. (viii) The provision at 52.212-1, Instruction to Offerors ? Commercial Items, applies to this acquisition. In addition, per FAR 12.301 and 12.302, the provision at 52.212-1 is hereby tailored by this addendum as follows: Technical capability: Briefly affirm that the products being offered meets the specifications of the required items. Should your submission be found technically acceptable, the Government reserves the right to request further technical clarification, as needed. You must further warrant that all proposed products are new, unaltered and unused, and in their original packaging. All products must be covered by a manufacturer warranty as well. (ix) The provision at 52.212-2, Evaluation ? Commercial Items, applies to the acquisition, and the specific evaluation criteria to be included in paragraph (a) of this provision is as follows: 52.212-2 Evaluation ? Commercial Items (Jan 1999) (a) The Government will award a single firm-fixed-price purchase order, on a lowest price technically acceptable basis, resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: (i) Technical capability of the item offered to meet the Government?s requirement; and, (ii) Price; Technical and past performance, when combined, are of equal importance to price. (a) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) (x) Include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items, with your quote. Note: Complete only paragraph (b) of this provision if you have previously completed the annual representations and certificates electronically via http://www.acquisition.gov. If you have not completed the annual representations and certifications electronically for the System for Award Management (SAM) module, complete only paragraphs (c) through (o) of this provision. (xi) The clause at 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items, applies to this acquisition, and the following clauses that are applicable to this acquisition are: (3) 52.203-15 Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUNE 2010) (Section 1553 of Pub. L 111-5) (4) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note) (8) 52.209-6 Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) (31 U.S.C. 6101 note) (22) 52.219-28 Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a)(2)) (26) 52.222-19 Child Labor ? Cooperation with Authorities and Remedies (JAN 2014) (27) 52.222-21 Prohibition of Segregated Facilities (APR 2015) (28) 52.222-26 Equal Opportunity (APR 2015) (33)(i) Combating Trafficking in Persons (MAR 2015) (22 U.S.C. Chapter 78 and E.O. 13627) (40) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513) (41) 52.225-1 Buy American ? Supplies (MAY 2014) (41 U.S.C. Chapter 83) (44) Restriction on Certain Foreign Purchases (JUN 2008) Note: The full text version of each clause is available at https://www.acquisition.gov/. (xiii) At this time no additional contract requirements or terms and conditions have been determined by the contracting office to be necessary for this acquisition (xiv) Defense Priorities and Allocations System (DPAS) are not applicable. (xv) The date, time and place offers are due: See data element (9). (xvi) The individual to contact for information regarding this solicitation: Mr. Lawrence Sneeringer (410) 965-3369 Larry.Sneeringer@ssa.gov Any amendment(s) to this solicitation, though not foreseeable, will be issued in the same manner as the initial synopsis and solicitation. ********** Note: The agency is now using the FedConnect web portal. FedConnect provides a new channel of communication with SSA and other federal agencies that is both secure and auditable. It is SSA's intent, by introducing FedConnect, to streamline the process of doing business with SSA's acquisition office, saving both time and administrative effort. Through FedConnect, you will be able to review procurement opportunities posted to FedBizOpps, submit your responses to solicitation requests, ask questions about procurement opportunities, acknowledge receipt of documents, and receive awards. In addition, you can create teams within FedConnect to manage your response or award. The agency will continue to post procurement opportunities, as required, to FedBizOpps. Each of SSA's FedBizOpps postings will contain a link to the FedConnect web portal. Contractors should submit all responses to Requests for Quotes, Proposals, or Information to SSA using FedConnect. To get started, please visit the FedConnect at https://www.fedconnect.net. Download the "FedConnect, Ready, Set, Go Guide" and begin the registration process. Registering and learning to use FedConnect is fast, easy, and most important, free. The Offeror is required to quote all line items included in this RFQ and all items shall be quoted on a firm-fixed-price basis. The Offeror is not authorized to add additional items.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/OAG/SSA-RFQ-15-0723/listing.html)
 
Record
SN03801790-W 20150719/150717235512-1aa160e93d806dd7f3c02fd87017ceda (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.