Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 31, 2020 SAM #6911
SOLICITATION NOTICE

65 -- Restocking of First Aid Cabinets

Notice Date
10/29/2020 7:24:17 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424210 — Drugs and Druggists' Sundries Merchant Wholesalers
 
Contracting Office
FEDERAL HOUSING FINANCE AGENCY, OBFM WASHINGTON DC 20219 USA
 
ZIP Code
20219
 
Solicitation Number
FHF-21-Q-0002
 
Response Due
11/4/2020 3:00:00 PM
 
Archive Date
11/19/2020
 
Point of Contact
Laura Baker, Phone: 2028935218
 
E-Mail Address
laura.baker@fhfa.gov
(laura.baker@fhfa.gov)
 
Description
This is a combined synopsis/solicitation and request for quotes (RFQ) for commercial items in accordance with the procedures of Federal Acquisition Regulation (FAR) Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures, with FAR Part 12 taking precedence per FAR 13.500(b)�s reference to FAR 12.102(c). This announcement constitutes the only solicitation with quotes requested. � This requirement is considered unrestricted under NAICS code 424210 Drugs and Druggists� Sundries Merchant Wholesalers with a Size Standard of 250 employees. Questions and Answers Quoters are invited to submit any questions. Questions must be submitted by 9:00AM Eastern on November 2, 2020, by email to Laura.Baker@occ.treas.gov. Questions, any written responses, or amendments will be posted at the Contract Opportunities webpage (please see https://beta.sam.gov/help/contract-opportunities for more information). FAR References Any FAR clauses or provisions referenced may be obtained at www.acquisition.gov/far. Also, any reference to offeror or offer has the same meaning as quoter or quote for this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2021-01, October 2, 2020. Submission Instructions Quoters shall be registered in the System for Award Management as stated in FAR 52.204-7(b)(1). Therefore, FAR 52.204-7 and FAR 52.204-16 are hereby incorporated by reference into the solicitation. A Quoter that is not actively registered in the System for Award Management at the time of quote submission will not have its quote considered and will not be eligible for award. Each Quoter shall submit an electronic quotation (Volumes I, II, and III in separate files) to Laura Baker, Contracting Officer at Laura.Baker@fhfa.gov. When emailing your quotation, please submit a courtesy copy (cc) to the following email address: Steven Novotny, Contracting Officer at Steven.Novotny@fhfa.gov. The electronic quotation shall include any scanned copies of hand-written signatures associated with the quotation. Electronic signatures are permissible. Each email quotation including attachments cannot exceed 50 MB because it may be rejected by FHFA�s server. If your entire quotation exceeds 50MB in size, please divide your quotation into appropriate smaller emails. If a Quoter chooses to submit a quotation, the quote must remain valid for a minimum of 60 calendar days. Quotes are due no later than the date and time identified on Contract Opportunities. Late submissions, modifications, revisions, and withdrawal of a quote will be managed in accordance with FAR 52.212-1(f). FHFA�s Contracting Officer reserves the right to reject the quotation as non-compliant if the quotation takes exception to any of the terms of the RFQ, includes assumptions, or does not conform to the RFQ�s submission instructions. All quotations must include a cover page addressing the following information: RFQ Number Quoter�s Name Subcontractor Name(s), If Applicable Quoter Tax Identification Number (TIN) Quoter Dun & Bradstreet Number (DUNS) Contact Name Contact Email address Contact telephone number Complete business mailing address �The following statement �The Quoter takes no exception and completely accepts all the terms and conditions in the RFQ and subsequent amendments.� �� Volume I:� Technical Quotation The Quoter�s technical submission should demonstrate the firm�s capability to perform the work requirements outlined in the Attachment A. Volume I shall include separate sections within the volume outlining the following items: Corporate Experience/Technical Capability (NOT TO EXCEED�6 PAGES). Quoters shall demonstrate their technical capability through their corporate experience. Quoters shall provide two (2) to three (3) recent (performed within the past five (5) years) examples of experience that demonstrate experience providing similar services in regards to scope, complexity and magnitude, to federal agencies (FHFA experience is permissible) or non-government corporations as described in the SOW. Describe the work performed and how it relates to your ability to provide the services in the SOW to FHFA.�Failure to articulate how the experience examples correlate to the work to be performed in the SOW may result in an unfavorable evaluation.�A Quoter may submit examples for itself and for any subcontractors. However, Quoters must include at least one example for any subcontractor that will perform a large portion of the work. Each example shall include the following: 1) Customer Name and Address 2) Contract Number/Contract Title/Contract Type 3) Delivery Schedule/Period of Performance 4) Contract Value 5) Customer Point of Contact (Name, Telephone Number and Address) for Business Manager and/or Technical Manager 6) Contracting Officer�s (or Private Sector Equivalent) name, telephone number and email address. 7) Current status, e.g. completed and/or in progress, start and estimated completion dates. 8) Description of the work performed and how it demonstrates experience providing similar services in regards to scope, complexity and magnitude to the SOW. Past Performance. FHFA will evaluate recent and relevant past performance of each Quoter. General information including contact information for each past performance reference is requested as a part of Corporate Experience/Technical Capability. A separate submission is not required for past performance. FHFA may use any other available information in the evaluation of past performance. Page Limitation. Excluding the cover page, the technical quote (including all non-price factors and other attachments) is limited to�six (6) pages. The font and format should be of readable quality. Excessively small font may be rejected or not evaluated at the Contracting Officer�s discretion. Quoters shall not include any price information in the technical quotation. For the overall technical quotation, a recitation or paraphrasing of the requirements already identified in the work requirements will not improve the quotation. Volume II: Price Quotation Each Quoter shall submit a price quotation separate from the technical quotation (Volume I). The price quotation shall include the following: Completion of Attachment D, including any stated options. The materials, quantities, and unit are solely for evaluation purposes and should neither be considered a minimum nor an expectation of actual requirements. The Monthly Service Charge includes all costs associated with performance including all overhead, overtime, local travel, and any other costs not expressly identified as Materials (reimbursables). The installation of the one (1) additional First Aid Cabinet will be at a FFP. FHFA will evaluate the quoted prices for reasonableness. Travel is not authorized.��������� FAR 52.216-31 is hereby incorporated by reference into the solicitation. Page Limitation. There is no page limitation on the price quote submission. Volume III: Representations and Certifications Quoters shall submit representations and certifications per FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the quoter shall complete electronically). Quoters shall complete FAR 52.204-24, if applicable. The quoter shall not complete the representation at paragraph (d)(1) of this provision if the quoter has represented that it �does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument� in the provision at 52.204-26, Covered Telecommunications Equipment or Services�Representation, or in paragraph (v) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. Evaluation and Selection Process Since this award is made under the policies of FAR Part 12 in conjunction with FAR Part 13 procedures, the evaluation process is streamlined, and FHFA has considerable flexibility in its award decision. FHFA will evaluate the quotation considering positive attributes, negative attributes, and potential risk of the overall quotation. During the evaluation process, FHFA may or may not conduct exchanges. If FHFA conducts exchanges, such exchanges may be with one, several, or all Quoters. Exchanges may vary based on FHFA�s need to understand or give Quoters an opportunity to improve their quotations, but all exchanges will be fair and equitable. Only Quoters whose quotes receive an overall technical rating of acceptable or higher will be considered for award. Following an evaluation and, if necessary, tradeoff analysis, FHFA may make one or more than one award based on the quote(s) that is (are) evaluated to be the best value and determined responsible. FHFA reserves the right to make an award based on other than the lowest quoted price. Technical (Volume I) is more important than price (Volume II); however, the importance of price as a factor could become greater if competing quotations are evaluated as technically equal. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options. Contractor Support Notification Contractors are advised that employees of the firm identified below may assist the Contracting Officer and technical evaluators during the acquisition process. These employees will not participate as voting members of the evaluation team (FAR 7.503�(12)). Further, these employees shall not rank or recommend one quote over another or otherwise act in a decision-making capacity. This firm is expressly prohibited from competing for the award(s). ASI GOVERNMENT 1655 North Fort Myer Drive | Suite 1000 Arlington, Virginia 22209 703.253.6300 In accomplishing their duties related to the acquisition process, employees of the above firm may require access to proprietary information contained in the quotes. Such employees are required to sign a Non-Disclosure Agreement mandating compliance with strict confidentiality restrictions. If a quote is submitted in response to this RFQ, FHFA will consider the submission as consent that the quote may be reviewed by employees of the above firm who have signed a Non-Disclosure Agreement. List of Attachments Attachment A Statement of Work Attachment B Terms and Conditions Attachment C Wage Determination 2015-4281 Attachment D Price Worksheet Attachment E Current Style of Cabinet
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8b4dcf501db34a01974e09f377ab74a1/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05841667-F 20201031/201029230153 (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.