Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 05, 2020 SAM #6671
SOLICITATION NOTICE

34 -- Vacuum Table

Notice Date
3/3/2020 11:10:17 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333914 — Measuring, Dispensing, and Other Pumping Equipment Manufacturing
 
Contracting Office
W7NN USPFO ACTIVITY NHANG 157 PORTSMOUTH NH 03801-2886 USA
 
ZIP Code
03801-2886
 
Solicitation Number
W50S8A-20-Q-0008
 
Response Due
3/23/2020 10:00:00 AM
 
Archive Date
04/07/2020
 
Point of Contact
Daniel Ash, Phone: 6037153710, Sean M Connolly, Phone: 6032251226
 
E-Mail Address
Daniel.p.Ash.mil@mail.mil, sean.m.connolly1.mil@mail.mil
(Daniel.p.Ash.mil@mail.mil, sean.m.connolly1.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.� The solicitation number is W5S8OA-20-Q-0008, and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 333914 -Measuring, Dispensing, and other pumping equipment manufacturing, a small business size standard of 750.� This requirement is 100% set-aside for small business, and only qualified vendors may submit quotes. The solicitation will start on the date this solicitation is posted and will end on 23 March 2020 at�1PM Eastern Time. Free On Board (FOB) Destination shall be 302 Newmarket Street, Newington, NH 03803. The Government intends to award a Firm-Fixed Price (FFP) contract. The NH Air National Guard requires the following items�: CLIN 0001: 1EA Vacuum Table with the following salient characteristics (see A -J).� a. The ability to hold a minimum of 22 inches of mercury minimum b. The ability to heat to a minimum of 400?F c. The ability to have multiple ramp / soak times d. Must have a reusable vacuum bagging system with lid e. Must include thermocouple connection ports f.� Must have some form of user interface g. Must not be less than 55� x 62� or larger than 68� x 78� in overall size h. Must include independent vacuum pump system j. HP-2: 277/480V/3PH/200A voltage or HP-2: 277/480V/3PH/150A� Delivery Date: 60 days Preferred After Date of Contract All technical or contractual questions shall be submitted in writing via e-mail no later than 11:00 am EST on�13 Mar 2020�to Daniel Ash daniel.p.ash.mil@mail.mil.� Telephone inquiries will not be accepted. If the Government responses to technical questions affect the Performance Work Statement requirements or any other portion of the solicitation, then an Amendment of Solicitation will be issued. The subject of your email must include your company's legal name, state the nature of your email and include the Solicitation Number W50S8A-20-Q-0008. For example, the subject of your email should be similar to the following: Quote Submission by Company XXXXX, Solicitation Number W50S8A-20-Q-0008. Company XXXXX Question Regarding Solicitation Number W50S8A-20-Q-0008. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be ""ACTIVE"" at the time of award. The selected offeror must comply with the following provisions and clauses. 52.252-3 ALTERATIONS IN SOLICITATIONS(APR 1984) Portions of this solicitation are altered as follows: 52.212-1 Instruction to Offerors - Commercial Items 52.212-2 Evaluations of Commercial Items 52.212-1 -- Instruction to Quoters -- Commercial Items. As prescribed in 12.301(b)(1), insert the following provision: Instructions to Quoters -- Commercial Items (Oct 2018) (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 name, address, telephone number, Cage Code, Tax Identification Number, of the quoter; (3) 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; (4) Terms of any express warranty; (5) Price and any discount terms; (6) A completed copy of the representations and certifications at FAR 52.212-3 (7) Acknowledgment of Solicitation Amendments; (8) 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 quoter 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. Quoters are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation), or alternative 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) quoters 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 quoters 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 quoters. Therefore, the quoter's initial offer should contain the quoter'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) Debriefing. If a post-award debriefing is given to requesting quoters, the Government shall disclose the following information, if applicable: (1) The agency�s evaluation of the significant weak or deficient factors in the debriefed quoter's offer. (2) The overall evaluated cost or price and technical rating of the successful and debriefed quoter and past performance information on the debriefed quoter . (3) The overall ranking of all quoters, 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 quoter. (6) Reasonable responses to relevant questions posed by the debriefed quoter as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of Provision) 52.212-2 -- Evaluation -- Commercial Items. Is replaced in its entirety by this addendum As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) price: All pricing is considered reasonable (ii);�technical capability of the item offered to meet the Government requirement;� All salient characteristics must meet or exceed the above required salient characteristics (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful quoter 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) Provisions and clauses� 52.204-7 System for Award Management 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 - Incorporation by Reference of Representations and Certifications 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 Instructions to Offerors- Commercial Items. 52.212-3 Offeror Representations and Certifications�Commercial Items 52.212-4 Contract Terms and Conditions--Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 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. 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications. 252.203-7005 Representation Relating to Compensation of Former DoD Officials. 252.225-7031 Secondary Arab Boycott of Israel 52.252-1 Solicitation Provisions Incorporated by Reference. - See�https://www.acquisition.gov/browse/index/far�� �52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment ( Over $35,000) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. 52.212-4 Contract Terms and Conditions--Commercial Items. 52.222-3 Convict Labor 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. 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest after Award. 52.233-4 Applicable Law for Breach of Contract Claim 52.247-34 F.O.B. Destination 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.204-7003 Control of Government Personnel Work Product 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.223-7008 Prohibition of Hexavalent Chromium. 252.225-7001 Buy American and Balance of Payments Program. 252.225-7048 Export-Controlled Items. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.232-7010 Levies on Contract Payments. 252.243-7001 Pricing of Contract Modifications 252.244-7000 Subcontracts for Commercial Items. 52.212-5 (DEV) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Sep 2013) 52.252-2 Clauses Incorporated by Reference. 52.252-6 Authorized Deviations in Clauses 252.211-7003 Item Unique Identification and Valuation 252.232-7006 Wide Area Work Flow Payment Instructions.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/309ef943f771433bb7a882bad4a245a9/view)
 
Place of Performance
Address: Newington, NH 03801, USA
Zip Code: 03801
Country: USA
 
Record
SN05578475-F 20200305/200304221138 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.