Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2018 FBO #5965
SOLICITATION NOTICE

78 -- Tent Cots

Notice Date
3/22/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337124 — Metal Household Furniture Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, CSBs, 411TH CSB (W90VN6) RCO OSAN, Unit #15289, APO, Non-U.S., 96205-5289, Korea, South
 
ZIP Code
00000
 
Solicitation Number
F3J1SS8052AW01
 
Archive Date
4/21/2018
 
Point of Contact
Chrisitne Roumo, Phone: 3157576010, Trevor L. Chambers,
 
E-Mail Address
christine.roumo.mil@mail.mil, trevor.l.chambers2.mil@mail.mil
(christine.roumo.mil@mail.mil, trevor.l.chambers2.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written Request for Proposal (RFP) will not be issued. Submission of written quotes must be in accordance with FAR 52.212-1, Instructions to Offerors, Commercial Items. Verbal offers will not be accepted. 1. Solicitation Number: The solicitation number is # F3J1SS8052AW01 and is issued as a Request for Quotation (RFQ). This RFQ will be conducted as commercial simplified acquisition in accordance with FAR Part 13.1, Procedures. It is the Governments intent to solicit on the basis of a full and open solicitation, for commercial items, and is issued in accordance with the additional information included in this notice. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC), No. 2005-97, effective 21 March 2018. 2. Description of Goods/Services: This requirement is for tent cots being purchased in support of 51 OSS/ADO, Osan AB, ROK. The applicable North American Industry Classification System Code (NAICS) is 337124; Cots, Metal Household-Type Furniture Manufacturing with a Small Business Size Standard of 750 employees. 3. Quotation Preparation Instructions: To assure timely equitable evaluation of quotation, vendors MUST complete this document and follow the instructions contained herein. Vendor is cautioned that clauses and provisions within this request for quote may include blocks that must be completed by the offeror and submitted with its proposal. a) General Information and Quote Format Legal Business/Company Name (as it is indicated in SAM): ____________________________________________________________ DUNS #: __________________ Cage Code Number: ____________________ POC: _____________________ Telephone #: _________________________________ E-Mail Address: _________________________________ Do you have capacity to invoice electronically through WAWF / iRAPT? (Yes/No) ___________ b. Quote Submittal: 1. QUESTIONS: Questions regarding this RFQ shall ONLY be directed to RCO-Osan. Questions will be accepted until 3 business days prior to the closing date of the solicitation. All questions shall be in writing and sent via e-mail to the Contracting Specialist: CPT Christine Roumo, at email christine.roumo.mil@mail.mil reference solicitation F3J1SS8052AW01 in the email subject line. 2. QUOTE: Complete quote must include unit and extended prices and Discount Terms, if applicable, for all line items. NOTE: Complete and return this document along with your company's quoted document. All quotes are due no later than 1:00 PM Eastern Standard Time, Friday, 6 April 2018. Quotes shall be in writing and sent via e-mail (Your E-mail submission must be checked and determined to be "virus- free" prior to submission.) to christine.roumo.mil@mail.mil. Contractor is to provide only one quote and multiple quotes will not be accepted. Any quote, modification, revision, or withdrawal of a quote received after the exact time specified above shall be determined as late and will not be considered. 3. Points of Contact: Primary: CPT Christine Roumo Contract Specialist Email: christine.roumo@mail.mil 4. Schedule Offeror is to provide a quote for the requirement listed below. Quote shall include the unit, extended price and total prices for each of the following required products. If a contract line item number (CLIN) is not separately priced (NSP), please annotate unit price as zero (0) and place "NSP" in the total price column. (Prices shall include shipping, delivery/freight costs within the line item provided below. Do not list shipping and delivery charges separately.) Failure to quote on all CLINs will render the quote unacceptable and ineligible for award consideration in the absence of discussions.) All Quotes shall be submitted in USD ($), no other currency is authorized CLIN DESCRIPTION QUANTITY UNIT OF ISSUE UNIT PRICE EXTENDED PRICE 0001 Tent Cot Brand Name or Equal to the Kamp-Rite Tent Cot Original 84"Lx28"Wx20"H, supports at least 250 lbs, weighs no more than 20lbs, includes a mesh screen (tent) for privacy, and includes a carrying case 75 0002 Shipping TOTAL: QUOTE BY: ___________________________ TITLE: _______________________ (Typed or Printed Name) SIGNATURE: __________________________ DATE: __________________ 4. Delivery, Inspection & Acceptance FOB: Destination Inspection & Acceptance: Government Delivery: _30___ Days after award Deliver/Ship To: 51 OSS Unit 2163 ATTN: Britni Mecadon APO, AP 96278 Payment Terms:____________________ (Net 30 is typical, discounts are allowable but will not be taken into account for evaluation purposes) 5. Basis for Award. RCO-Osan will issue a fixed-firm price contract based upon acceptability of the offer by the Government. If the quotation received does not provide pricing for all items as indicated, it will be deemed unacceptable. Evaluation Factor: Award will be made based upon the lowest price technically acceptable, the proposal must meet the specifications and salient characteristics indicated on the above schedule as required. Special Notes and Instructions: 1. The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. 2. Mandatory Registrations. To be eligible to receive an award resulting from this RFQ, the apparent successful quoter must be registered the System for Award Management (SAM) and registrations must be current / NO EXCEPTIONS. If your Reps & Certs are not current go to https://www.sam.gov/. Offerors shall electronically complete FAR 52.212-3 Offeror https://www.sam.gov/ Representations and Certifications Commercial Items at website 6. The following FAR/DFARS provisions and clauses are applicable to this solicitation: (For full text references, go to www.arnet.gov or http://farsite.hill.af.mil.) 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors -- Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items 52.222-19 Child Labor-Cooperation With Authorities and Remedies 52.223-6 Drug-Free Workplace 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.232-23 Assignment of Claims 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-1 Disputes 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.247-34 F.o.b. - Destination 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form 52.253-1 Computer Generated Forms 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. (DEVIATION 2016-00003) 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2016-00003) 252.204-7004 Alternate A, System for Award Management 252.204-7003 Control of Government Personnel Work Product 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.225-7001 Buy American and Balance of Payments Program-Basic 252.225-7021 Alt II Trade Agreements--Alternate II 252.225-7041 Correspondence in English 252.225-7048 Export-Controlled Items 252.225-7995 Contractor Personnel Performing in the United States Central Command Area of Responsibility (DEVIATION 2015-O0009)(JAN 2015) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7008 Assignment of Claims (Overseas) 252.232-7010 Levies on Contract Payments 252.233-7001 Choice of Law (Overseas) 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation 2013-O0019) (Feb 2016) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (vi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (vii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (viii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (ix) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (x) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (xi) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xii) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xiii) 52.222-54, Employment Eligibility Verification (Jul 2012). (xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xvi) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at: http://farsite.hill.af.mil (End of Provision) 52.252-2 Clauses Incorporated By Reference 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): https://farsite.hill.af.mil or www.arnet.gov (End of Clause) 52.252-5 -- Authorized Deviations in Provisions. (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any "Defense Federal Acquisition Regulation Supplement, 48 CFR, Chapter 2" provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Provision) 52.252-6 Authorized Deviations in Clauses (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 Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILLITY OR A FELONGY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012- 00004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to 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 the agency has considered suspension or debarment of the corporation and made a determination that this further action 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 the 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, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/25e8e23fdd0943bda00f5eff3439bdac)
 
Record
SN04863121-W 20180324/180322230918-25e8e23fdd0943bda00f5eff3439bdac (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.