SOLICITATION NOTICE
66 -- DC RAMP TEST SET
- Notice Date
- 12/11/2018
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Bureau of Reclamation<br />Lower Colorado Region<br />Regional Office<br />500 Fir Street<br />Boulder City<br />NV<br />89005<br />US<br />
- ZIP Code
- 89005
- Solicitation Number
- 140R3019Q0005
- Response Due
- 12/21/2018
- Archive Date
- 1/5/2019
- Point of Contact
- Sachs, Kimball
- Small Business Set-Aside
- Total Small Business
- 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; quotations are being requested. (ii) A request for quote (RFQ No. 140R3019Q0005) is being issued subsequent to this combined solicitation/synopsis. The RFQ and all associated documents may be found by going to the following website: https://www.fedconnect.net/, then clicking on "Search Public Opportunities Only", and then searching by "Reference Number" 140R3019Q0005. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-95. (iv) This requirement is a total small business set-aside procurement. The North American Industry Classification System (NAICS) Code for this acquisition is: 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals. The small business size standard for NAICS Code 334515 is 750 employees. (v) Contract Line Item Number (CLINS) is as follows to including delivery in pricing. The Salient Characteristics provides more information and is attached to the RFQ: CLIN 0010 - DC Ramp Test Set (vi) The Bureau of Reclamation has a requirement for a DC Ramp Test Set. Please reference the Salient Characteristics attached to the RFQ which provides more detailed information about the requirement. Reclamation anticipates awarding one firm-fixed price purchase order as a result of this RFQ. (vii) Delivery Requirements: Place of delivery is - Bureau of Reclamation, Hoover Dam Central Warehouse, State Route 172, Boulder City, NV 89005-0400. Shipping shall be free on board (FOB) Destination. THE FOLLOWING CLAUSES, PROVISIONS, AND ADDENDUMS ARE APPLICABLE TO THIS COMMERCIAL ITEM ACQUISITION: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items is applicable to this RFQ. The following addendum is also applicable to this RFQ. In addition to the requirements of the Instructions to Offerors - Competitive Acquisitions provision of this solicitation, each quoter shall submit a quote in accordance with the instructions contained in this provision. (A) GENERAL QUOTATION INSTRUCTIONS (1) Vendor shall submit a quote for CLIN 0010 to include FOB Destination pricing. (2) Quoters shall also address the delivery timeframes in their quote. (3) Submit the following information in the quote: Dun and Bradstreet Number Systems (DUNS): Contractor E-mail Address: (ix) Basis for award will be lowest price from responsible quoter whose quote conforms to the RFQ. (x) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items Offerors are advised include with their offer, a completed copy of the provision 52.212-3, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. To obtain and complete a hard copy of Provision 52.212-3, it can be found in the Federal Acquisition Regulation located at https://www.acquisition.gov/browsefar. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following additional FAR clauses cited in this clause are applicable to the acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award 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 Representation 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 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (xiii) Additional contract requirements include the following clauses and provisions: Provisions - - Addendum to 52.212-1, Instructions to Offeror - Commercial Items: This addendum replaces the term "offer" with "quote" within the provision at 52.212-1. -1452.215-71, Use and Disclosure of Proposal Information - Department of Interior - 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representative and Certification - 1452.225-82, Notice of World Trade Organization Government Procurement Agreement Evaluations - Bureau of Reclamation - 52.252-1, Solicitation Provisions Incorporated by Reference Addendum to FAR Clause 52.212-4 Contract Terms and Conditions - Commercial Items - - 52.232-40, Providing Accelerated Payment to Small Business Subcontractors - 52.242-15, Stop-Work Order - 52.252-2, Clauses Incorporated by Reference - DOI-AAAP-0028, Electronic Invoicing and Payment Requirements-Invoice Processing Platform (IPP) - 1452.222-81, Employment Verification - 1452.223-82, Protecting Federal Employees and the Public from Exposure to Tobacco Smoke in the Federal Workplace - Bureau of Reclamation - 1452.237-80, Security Requirements - Bureau of Reclamation (xiv) Not applicable (xv) All questions shall be submitted via email to ksachs@usbr.gov by no later than 5 PM local time on Wednesday, December 19, 2018. No additional questions will be accepted after this date. Responses to any questions received will be provided via an amendment. Quotations shall be submitted no later than 5 PM local time on Friday, December 21, 2018 via email to ksachs@usbr.gov. (xvi) The Point of Contact for this solicitation is Austin Sachs, Purchasing Agent. He may be reached via e-mail at ksachs@usbr.gov, or by phone at 702-293-8037. *End of Combined Synopsis/Solicitation NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/3404e5b64c7574a5b742107c7cd332be)
- Record
- SN05171611-F 20181213/181211230029 (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 |