Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 29, 2020 SAM #6817
SOLICITATION NOTICE

71 -- Supply & Install 190ea TA-50 Equipment Lockers

Notice Date
7/27/2020 9:58:49 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
 
ZIP Code
10996-1514
 
Solicitation Number
W911SD11490617
 
Response Due
7/31/2020 9:00:00 AM
 
Archive Date
08/15/2020
 
Point of Contact
Jorge Acevedo, Phone: 8459388637
 
E-Mail Address
jorge.l.acevedo4.civ@mail.mil
(jorge.l.acevedo4.civ@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 in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 (�Streamlined Procedures for Evaluation and Solicitation for Commercial Items�), and supplemented with additional information as included in this notice.� This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are requested.� The Solicitation Number is W911SD11490617 and it is being issued as a Request for Quotes (RFQ).� Quotes must be submitted by email only (oral offers will not be accepted).� All Contractors / Respondents must be registered in Beta-System for Awards Management (https://beta.sam.gov) and the Procurement Integrated Enterprise Environment (https://piee.eb.mil/piee-landing/) in order for your quote to be considered for this solicitation (no exceptions). This acquisition will be processed under FAR Part 13 - Simplified Acquisition Procedures (SAP).� The Contractor is responsible for being familiar with all applicable clauses and provisions.� The solicitation documents and incorporated provisions and clauses are in effect through the �Clauses� pdf file (see attached) and https://www.acquisition.gov.� This solicitation is being issued as� - - 100% Small Business Set-Aside - - NAICS Code:� 337215 (Showcase, Partition, Shelving, and Locker Manufacturing) - - Size Standard:� 500 employees - - Brand Name -or- Equal (I.A.W. FAR 52.211-6) 1.� GENERAL REQUIREMENTS: The United States Military Academy at West Point, NY has a requirement for the items listed below.� The items must be purchasable from a manufacturer / vendor that�s listed as 100% Small Business under NAICS Code 337215 - or - through an authorize seller / distributor. MFR:� �(Generic; see attached specs) P/N#: � (Generic; see attached specs) ITEM:� TA-50 Equipment Lockers (see attached specs) QTY:� ��190 each The Contractor shall supply, deliver, and install the 190 Lockers between 2 (two) barracks in accordance with the Facility Manager�s instructions and the Scope of Work (see attached). �The lockers are to be installed in the following areas: Location:� United States Military Academy � � � � United States Military Academy � � � � � � � � � Bldg. 755, 2nd Fl. / Davis Barracks �� Bldg. 745D (Basement) / Mac Barracks����������� � � � � � � � � � � � � � � � �� 755 Derussy Rd � � � � � � � � � � � � � � � � � � � � � � 745D Derussy Rd � � � � � � � � � � � � � � West Point, NY 10996 � � � � � � � � � � � � � � � �� West Point, NY 10996 �� � � � � � � � � � � � � � (130 Lockers to Install) � � � � � � � � � � � � � �� (60 Lockers to Install) � � � � � *** See Specifications in Scope of Work for complete information *** 2.� The Contractor shall ensure that the lockers are built / constructed / completed in accordance with the specific instructions in the �Features� section in the Scope of Work prior to delivery.� The lockers will not be bolted to the wall, floor, nor each other.� They will simply be unpacked and lined-up against the wall right next to each other in *numeric sequence (see *Scope of Work).� The Contractor shall also comply with ALL the other requirements that are listed in the Scope of Work.� The Contractor shall contact the Facility Manager for specific instructions on where and how to install the lockers prior to delivery.� The Facility Manager will be the Point-of-Contact and will be available during the delivery and installation-phase of the project. 3.� The Contractor shall provide 100% complete specifications to the Contracting Specialist with their quotes (mandatory requirement) (see Paragraph 9 in Scope of Work).� If the Contractor offers an equivalent product, the Contractor shall provide 100% complete specifications and applicable literature, drawings, and/or pictures in order to assess compatibility.� Failure to comply will be considered as �Non-Responsive�. � 4.� The Government will award a Firm-Fixed Price contract resulting from this Combined Synopsis / Solicitation to the responsible Contractor whose offer conforms to the Synopsis / Solicitation and the Scope of Work as the most advantageous to the Government (price and other factors considered).� The award shall be based on All or None and Best Value to the Government.� Best value can include but is not limited to price, delivery date, and technical capability.� 5.� This solicitation is Firm Fixed Price only.� Federal Government prefers FOB - Destination.� However, if you want payment for shipping / delivery fee, you must submit your quote with FOB - Destination terms -and- apply the shipping fee to the cost of the main line item.� Estimated or Adjustable Shipping Fees will not be accepted and could cause your quote to be rejected for this solicitation.� �� 6.� Promotional / Discount Pricing will only be accepted if the offer is available for a minimum of at least 10 business days from the date the solicitation closes (not from the date you submit your quote).� Any offers below the 10-day minimum requirement will have to be offered as Non-Promotional / Non-Discount price only. 7. ��This solicitation is issued in electronic format only and is available on-line at https://beta.sam.gov/.� Vendors that use third-party websites to inquire about this solicitation or to obtain documents will not be provided guidance nor assistance. � All information / documents must be reviewed and obtained only through https://beta.sam.gov/ (Beta.Sam.gov is a free [no fee] federal government website).� 8.� Quotes will only be accepted if they are completed and processed as stated in Section 1, 3, 5, 6, �and 8.� The following information must be on your quote� (a)� COMPANY POC (Phone# & Email Address) (b) �BUSINESS SIZE (�Small� or �Large�) (c) �TAX ID# (d)�DUNS# (e) �CAGE CODE (f) �NAICS CODE(s) (all that apply to this solicitation) (g) �SMALL BUSINESS CERTIFICATION(s) (if applicable) � � � � (i.e� 8a, WOSB, EDWOSB, HUBZone, SDVOSB, etc.) All parties that qualify for this solicitation in accordance with Section 1 above should email their questions, responses, quotes, specs, and attachments to jorge.l.acevedo4.civ@mail.mil. All questions must be received by no later than July 30, 2020 (Thursday) by 12:00 PM (EST). All final responses, quotes, specs, and attachments must be sent via EMAIL to jorge.l.acevedo4.civ@mail.mil by no later than July 31, 2020 (Friday) @ 12:00 PM (EST). � � � � � *** SEE ATTACHED SCOPE OF WORK BELOW FOR COMPLETE INFO ***
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7f3f70f6dcdc43808c70162803fdd14f/view)
 
Place of Performance
Address: West Point, NY 10996, USA
Zip Code: 10996
Country: USA
 
Record
SN05735100-F 20200729/200727230138 (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.