SOLICITATION NOTICE
99 -- Various EOD Tools - Combined Solicitation/Synopsis 17-T-0156
- Notice Date
- 8/31/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, NAVSOC, 2000 Trident Way; Bldg 603M, San Diego, California, 92155, United States
- ZIP Code
- 92155
- Solicitation Number
- H92244-17-T-0156
- Archive Date
- 9/30/2017
- Point of Contact
- Daniel F. Hinkley, Phone: 7578629463
- E-Mail Address
-
daniel.hinkley@vb.socom.mil
(daniel.hinkley@vb.socom.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Extended Description/Schedule of Supplies Combined Solicitation/Synopsis H92244-17-T-0156 This is a Combined Synopsis/Solicitation for Commercial Items in accordance with the format prescribed in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items; and FAR Part 13, Simplified Acquisition Procedures; as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written formal solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-17-T-0156, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 effective January 31, 2017 and DFARS DPN 20161222 effective December 22, 2016. This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 339999 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9. By submission of its quote, the vendor accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in a quote being excluded from competition and not evaluated any further. Vendors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale. Participating vendors must be registered at www.sam.gov, as small businesses under the NAICS code listed above or provide self-certification with their quote. The Naval Special Warfare (NSW) has a requirement to procure the following: BRAND NAME OR EQUAL. IF QUOTING EQUAL, SPECIFICATIONS MUST BE SUBMITTED WITH QUOTE IN ORDER TO BE CONSIDERED FOR AWARD. Section B Schedule of Supplies and Services: CLIN 0001 VARIOUS EOD TOOLS (SEE EXTENDED DESCRIPTION FOR COMPLETE LIST OF ITEMS) QTY: 1 LOT REQUIRED DELIVERY DATE: 10 NOVEMBER 2017 EXTENDED DESCRIPTION: SEE ATTACHMENT ENTITLED "17-T-0156 EXTENDED DESCRIPTION" Following Clauses and Provisions apply to this procurement: FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation Jan 2017 FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements Jan 2017 FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2016 FAR 52.204-16 Commercial and Government Entity Code Reporting Jul 2016 FAR 52.204-18 CAGE Maintenance Jul 2016 FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Oct 2015 FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporation Nov 2015 FAR 52.211-6 Brand Name or Equal Aug 1999 FAR 52.211-14 Notice of Priority Rating for National Defense Emergency Preparedness & Energy Program Use Apr 2008 FAR 52.212-3 Offeror Representations and Certifications - Commercial Items Alternate I (Oct 2014) Jan 2017 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Jan 2017 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation 2013-O0019) Jan 2017 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or (FEB 2016) a Felony Conviction under any Federal Law. (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (JAN 2017) (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. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-- GSA Federal Supply Service Specifications Section Suite 8100 470 L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925) Facsimile (202 619-8978). (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites-- (i) ASSIST (https://assist.dla.mil/online/start/ ). (ii) Quick Search (http://quicksearch.dla.mil/). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard ( https://assist.dla.mil/wizard/index.cfm ); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) 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 SAM 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 DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) System for Award Management. 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 SAM 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 SAM 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 SAM database accessed through https://www.acquisition.gov. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. ADDENDUM 52.212-1 INSTRUCTIONS TO OFFERORS The Government intends to award a single Firm Fixed Priced (FFP) contract to the responsible quoter whose quote represents the best value after evaluation in accordance with the factors in the solicitation. The quotation shall consist of one part: (1) Price. One electronic version of the quotation shall be provided. Factor I - Price: Price submission shall include a complete and detailed price breakdown with all supporting documentation. a) Completed Schedule of Services (All CLINs ) Vendors shall submit one original signed copy of Attachment I, or similar format of line item breakdown, along with the following; (i) General: The company name, address, point(s) of contact with telephone and facsimile numbers, e-mail address, Contractor and Government Entity (CAGE) code, Data Universal Numbering System (DUNS) number, and Tax Identification Number (TIN). Offerors shall include a statement to confirm all items quoted are new and unused. Refurbished or used equipment shall be deemed technically unacceptable. Quotes shall provide evidence that the offeror is an authorized distributor of the equipment. If quoting items other than the brand name, evidence shall be submitted to verify the products quoted are equal in specifications. (ii) Fill-In Provisions: Offerors must be registered in the System for Award Management (SAM) to be eligible for award; Quotes received without the completed copy of the provision at FAR 52.212-3 Alt I or completed SAM representation may be considered non-compliant (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically). Quotes determined non-compliant may not be evaluated for award. Offerors must also provide all fill-ins for: 5652.204-9000 Individual Authorized to Sign (2014). (iii) Terms and Conditions: Offerors must include a statement that it either (a) agrees to all terms and conditions of this RFQ (which consists of the entire RFQ, including all documents, exhibits, and other attachments that are incorporated therein by reference and made a part thereof) and any RFQ amendments; or (b) takes exceptions to any terms or conditions of the RFQ, and clearly identifies those exceptions. Exceptions to any of the terms and conditions of this RFQ may be considered by the Government to be unacceptable. FAR 52.212-2 Evaluation -Commercial Items Oct 2014 (c) 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. ADDENDUM 52.212-2 EVALUATION OF QUOTES Evaluation Criteria: The following factors shall be used to evaluate offerors: (i) Technical: Quote clearly meets the minimum requirements of this RFQ to include evidence of quoted items are in fact new and unused, delivery within required time-frame can be met, and authorized distributor evidence. (ii) Past Performance: In accordance with DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. (iii) Price: Price quotes will be evaluated on the basis of price reasonableness in accordance with FAR 13.106-3. Quoters responding to this solicitation are advised that, prior to award, the government may request quoters to submit additional information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote. The Government may evaluate any and all information submitted by the vendor to support the reasonableness of prices quoted. The method of evaluation used by the Contracting Officer is solely within the discretion of the Contracting Officer. FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-8 Utilization of Small Business Concerns Oct 2014 FAR 52.219-14 Limitations on Subcontracting Jan 2017 FAR 52.219-28 Post Award Small Business Program Rerepresentation Jul 2013 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies Feb 2016 FAR 52.222-21 Prohibition Of Segregated Facilities Apr 2015 FAR 52.222-22 Previous Contracts and Compliance Reports Feb 1999 FAR 52.222-26 Equal Opportunity Apr 2015 FAR 52.222-35 Equal Opportunity for Veterans Oct 2015 FAR 52.222-36 Affirmative Action For Workers With Disabilities Jul 2014 FAR 52.222-37 Employment Reports on Veterans Feb 2016 FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act Dec 2010 FAR 52.222-50 Combating Trafficking in Persons Mar 2015 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran- Representation and Certifications Oct 2015 FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Jul 2013 FAR 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 FAR 52.242-13 Bankruptcy Jul 1995 FAR 52.247-34 F.o.b. Destination Nov 1991 52.233-2 Service of Protest Sep 2006 (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from 1636 Regulus Avenue, Virginia Beach, VA 23461. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): www.farsite.hill.af.mil http://www.arnet.gov/far/ http://www.acqnet.gov.far FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. The following DFARS provisions and clauses apply to this acquisition and are incorporated by reference. If the offeror has completed any of the following provisions listed in this paragraph electronically as part of its annual representations and certifications, they are to indicate that in the quote, there is no need to complete these provisions again for this solicitation. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep 2013 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD officials Nov 2011 DFARS 252-204-7000 Disclosure of Information Oct 2016 DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7011 Alternative Line Item Structure Sep 2011 DFARS 252.204-7012 Safeguarding Covered Defense Information & Cyber Incident Reporting Dec 2015 DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support May 2016 DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by The Government Of a Country that is a State Sponsor of Terrorism Oct 2015 DFARS 252.211-7003 Item Unique Identification and Valuation Mar 2016 DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System- Statistical Reporting in Past Performance Evaluations Jun 2015 DFARS 252.222-7007 Representation Regarding Combating Trafficking in Persons Jan 2015 DFARS 252.223-7008 Prohibition of Hexavalent Chromium Jun 2013 DFARS 252.225-7000 Buy American -Balance of Payments Program Certificate Nov 2014 DFARS 252.225-7001 Buy American and Balance of Payments Program Dec 2016 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Dec 2012 DFARS 252.225-7012 Preference For Certain Domestic Commodities Feb 2013 DFARS 252.225-7048 Export-Controlled Items Jun 2013 DFARS 252.225-7050 Disclosure of Ownership or Control By The Government of a Country That is a State Sponsor of Terrorism Oct 2015 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.243-7002 Requests for Equitable Adjustments Dec 2012 DFARS 252.244-7000 Subcontracts for Commercial Items and Commercial Components Jun 2013 DFARS 252.247-7023 Transportation of Supplies by Sea BASIC Apr 2014 The following SOFARS provision and clauses apply to this acquisition SOFARS 5652.232-9003 Paying Office Instructions (2011) Section G (Revised September 2011) (a) Payment to the contractor shall be sent to the following address: Identified in Block 17a of Standard Form 1449. (b) Special Payment Instructions: Payment will be made by the office designated in Block 18a on the Standard Form 1449 or otherwise designated paying office. SOFARS 5652.233-9000 Independent Review for Agency Protests Jan 2013 All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision shall be made through the Contracting Officer to the HCD/FCO. If the HCD/FCO is the Contracting Officer, submit the request in accordance with FAR 33.103(d) (4) to: Chief, SOF-AT&L-KM or SOF-AT&L-KX as appropriate, 7701 Tampa Point Blvd., MacDill AFB, FL 33621, Fax (813) 826-7504. Offerors must scrutinize this solicitation and ensure their quotes and submissions comply with all requirements. It is not sufficient to merely state your quote complies with the solicitation requirements. You must clearly identify how your quote meets ALL of the solicitation requirements. In order to ensure that all questions submitted by potential vendors are answered prior to the solicitation closing date, all questions concerning the solicitation should be submitted via e-mail to LT Dan Hinkley at daniel.hinkley@vb.socom.mil no later than 10:00 AM Eastern Standard Time (EST) on 13 September 2017. The Government reserves the right not to respond to any questions received concerning this solicitation after the questions receipt date above. No direct discussion between the technical representative and a prospective quoter shall be conducted. Quotes must be received no later than 10:00 AM Eastern Standard Time (EST) on 15 September 2017. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at https://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Quotes shall be emailed to LT Dan Hinkley at daniel.hinkley@vb.socom.mil. (END OF SYNOPSIS/SOLICITATION DOCUMENT)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H92244-17-T-0156/listing.html)
- Record
- SN04656506-W 20170902/170831233211-29ba3937aa9dc7a2d3fd25510f471fb4 (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 |