SOLICITATION NOTICE
25 -- New England CERFP Truck Caps
- Notice Date
- 8/13/2020 11:57:59 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 441310
— Automotive Parts and Accessories Stores
- Contracting Office
- W7NC USPFO ACTIVITY ME ARNG AUGUSTA ME 04333-0032 USA
- ZIP Code
- 04333-0032
- Solicitation Number
- W912JD-20-Q-0010
- Response Due
- 8/28/2020 8:00:00 AM
- Archive Date
- 09/12/2020
- Point of Contact
- Jeffrey J. Phair, Phone: 2074305610
- E-Mail Address
-
jeffrey.j.phair.mil@mail.mil
(jeffrey.j.phair.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 goods 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is being issued as a Total Small Business Set-Aside in accordance with FAR 52.219-6. This is issued as a Request for Quote (RFQ). The solicitation number is W912JD-20-Q-0010. The NAICS is 332510 with a size standard of $16.5M. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2020-08, effective 7/13/2020. This solicitation is being issued on behalf of the Maine Army National Guard utilizing procedures in FAR part 13.1, Simplified Acquisition Procedures. This activity has a significant amount of experience in contracting for this sort of item.� The Government intends to place a Single, Firm-Fixed Price, Lowest Price, Technically Acceptable, Firm-Fixed Price purchase order without discussions.� Offerors must address all areas of the RFQ. Please price the following description of requirements: Contractor shall provide and install commercial truck caps made specifically to fit 2019 Ford F350, crew cab with 8ft beds and 2019 Dodge Ram 3500HD, crew cab with 8ft beds for the New England CERF-P team. All truck caps to be installed in New England and within a 150 mile radius of Portland, ME. CLIN 0001: CONTRACTOR SHALL PROVIDE THE FOLLOWING: Furnish & Install (5) fiberglass truck caps, to include the following specifications: - Cap to fit 8' pickup beds for 2020, Dodge Ram 3500HD, Crew Cab -Fixed Front Window -Side Windows:� Recessed 1/3 sliders with screens -Rear Door:� Frameless Curved Glass -Rear Door Hardware:� Teardrop Twist Handle with Rotary Latch -Dark Tint on All Glass Excluding Front Window -Insulated Roof -Interior 12V Dome Light -Recessed LED Third Brake Light - Red Lens -Automotive Paint (Color Code � PW7 (White)) (DODGE) -Skirted Sides -Custom Fit Design -Fiberglass Base Rails -Installation Bulb Seal -J-Clamp Installation -Limited Lifetime Warranty -Installed within a 150 mile radius of Portland, ME. CLIN 0002 CONTRACTOR SHALL PROVIDE THE FOLLOWING: Furnish & Install (1) fiberglass truck cap, to include the following specifications: - Cap to fit 8' pickup beds for 2019, Ford F-350 Super Duty, Crew Cab Max Ht from Base Rail: 26� Min. Rear Door Clearance: 32� -Fixed Front Window -Side Windows:� Recessed 1/3 sliders with screens -Rear Door:� Frameless Curved Glass -Rear Door Hardware:� Teardrop Twist Handle with Rotary Latch -Dark Tint on All Glass Excluding Front Window -Insulated Roof -Interior 12V Dome Light -Recessed LED Third Brake Light - Red Lens -Automotive Paint (Color Code - Z1 (Oxford White)) (FORD) -Skirted Sides -Custom Fit Design -Fiberglass Base Rails -Installation Bulb Seal -J-Clamp Installation -Limited Lifetime Warranty - Installed within a 150 mile radius of Portland, ME. CLIN 0003 Furnish & Install (6) chrome truck steps -(5) for 2020 Dodge Ram 3500HD Crew Cab -(1) for 2019 Ford F-350 Super Duty Crew Cab - Installed within a 150 mile radius of Portland, ME. Submittal Requirements: Submit the following in order to be considered for award. 1. Pricing of CLIN 0001 2. Pricing of CLIN 0002 3. Pricing of CLIN 0003 4. Proposed installation location detailing how/when Contractor will accomplish Installation shall be accomplished no later than 30 days after receipt of order. Quotes shall be submitted electronically to Mr. Jeff Phair, Purchasing Agent USPFO-ME, jeffrey.j.phair.mil@mail.mil not later the closing date and time for this combined synopsis/solicitation. The following provisions are included for the purposes of this combined synopsis/solicitation: The full text provisions may be accessed electronically at https://www.acquisition.gov/ 52.202-1, Definitions 52.204-7, System for Award Management 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-24� Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.212-1, Instructions to Offerors -- Commercial Items (JUL 2013) 52.212-3, Offeror Representations and Certifications -- Commercial Items ALT I; 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 this/these address(es): https://acquisition.gov/ (End of provision) The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: The full text clauses may be accessed electronically at https://www.acquisition.gov/ 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government - Alternate I 52.203-12, Limitations on Payments to Influence Certain Federal Transactions 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 52.204-4, Printed or Copied-Double Sided on Post- consumer Fiber Content Paper 52.204-13, System for Award Management Maintenance 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-25�� Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1, Instructions to Offerors - Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items 52.219-1 Alt I, Small Business Program Representations 52.219-6, Notice of Total Small Business Set-Aside 52.219-14, Limitations on Subcontracting 52.219-28, Post-Award Small Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-22, Previous Contracts and Compliance Reports 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment 52.222-50, Combating Trafficking in Persons 52.222-54, Employment Eligibility Verification 52.223-5, Pollution Prevention and Right to Know Information 52.223-6, Drug-Free Workplace 52.223-17, Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts 52.223-18, Encouraging Contractor Policy 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, Provide Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.237-2, Protection of Government Buildings, Equipment and Vegetation 52.243-1 Alt II, Changes - Fixed Price 52.247-34, F.O.B Destination 52.252-6, Authorized Deviations in Clauses, https://acquisition.gov/ 252.201-7000, Contracting Officer's Representative 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management 252.204-7006, Billing Instructions 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American and Balance of Payments Program 252.225-7002, Qualifying Country Sources As Subcontractors 252.225-7012, Preference for Certain Domestic Commodities 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006�Wide Area WorkFlow Payment Instructions. 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7002, Requests for Equitable Adjustment 252.243-7001, Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations 252.247-7022, Representation of Extent of Transportation of Supplies by Sea 252.247-7023, Transportation of Supplies by Sea 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://acquisition.gov/ (End of clause) This solicitation is being issued as a Total Small Business Set-Aside and only qualified sellers may submit bids. This solicitation will end in accordance with time specified on the announcement page. Offers received after the required date of submission may not be considered unless determined to be in the best interest of the Government. Note: Questions concerning this solicitation should be submitted to Mr. Jeff Phair, Purchasing Agent USPFO-ME, jeffrey.j.phair.mil@mail.mil. Question and Answer period ends 11:00 am EST 5 days prior to the closing date for this announcement. Amendment (s), if necessary will be posted to FBO; paper copies will not be issued.� Offerors shall acknowledge any amendments posted with the submission of their offer. Interested parties are encouraged to check FBO website routinely for amendments.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ca4a648910134de585ec5a4acd7db572/view)
- Record
- SN05756908-F 20200815/200813230200 (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 |