SOLICITATION NOTICE
44 -- Air Purification Units
- Notice Date
- 8/19/2021 8:24:42 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333413
— Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
- Contracting Office
- NIWC PACIFIC SAN DIEGO CA 92152-5001 USA
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-21-Q-6579
- Response Due
- 8/25/2021 2:00:00 PM
- Archive Date
- 09/09/2021
- Point of Contact
- Casey Carlson, Contract Specialist, Phone: 6195534345
- E-Mail Address
-
casey.carlson2@navy.mil
(casey.carlson2@navy.mil)
- Description
- N66001-21-Q-6579 Combined Synopsis/Solicitation 1.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. This enclosure is an addendum to FAR provision 52.212-1, Instructions to Offerors � Commercial Items, which applies to this acquisition. 2.Competitive quotes are being requested under Request for Quote (RFQ) Number N66001-21-Q-6579. The North American Industry Classification System (NAICS) code applicable to this acquisition is 333413 � Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing and the small business size standard is 500 employees. This procurement is a 100% Small Business Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award. DESCRIPTION OF REQUIREMENTS 3.The Government is seeking to acquire air purification units. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities. Anticipated contract line items are as follows: CLINItem DescriptionSalient Characteristics/RequirementsQty. Origin of Manufacture 0001Ventilated UV-C Air PurifierWall-Mounted 48Wx12Hx5D Air Flow 88CFM Consumption Watts 220W IRAD Area 450 Sq ft IRAD Volume 3530 TiOx Filter Catalyzer 18,000 Hour Ozone-Free Pure Quartz 254NM UV-C Lamps Safe to Use 24/7 in the Presence of People Nano-Structured TiOX Filter Proven 99.9% Reduction in Contaminant Load 2 x 95W Internal Lamps at 120V IP20 Rating Suitable for Class 1 Installations6(Offeror to Provide) 0002Ventilated UV-C Air Purifier, 4 Wheel StandMobile 48Wx12Hx5D Air Flow 88CFM Consumption Watts 220W IRAD Area 450 Sq ft IRAD Volume 3530 TiOx Filter Catalyzer 18,000 Hour Ozone-Free Pure Quartz 254NM UV-C Lamps Safe to Use 24/7 in the Presence of People Nano-Structured TiOX Filter Proven 99.9% Reduction in Contaminant Load 2 x 95W Internal Lamps at 120V IP20 Rating Suitable for Class 1 Installations6(Offeror to Provide) 00031FOB Destination Shipping1n/a *if not included in the pricing for Items # 0001 and 0002 4.The expected delivery date is: 30 AUG 2021; offeror to provide actual lead times. The Government is seeking Free on Board (FOB) Destination pricing to the following shipping address: Naval Information Warfare Center Pacific (NIWC Pacific) Attn: Receiving Officer 4297 Pacific Hwy., Bldg OT-7 San Diego, CA 92110 OFFEROR INSTRUCTIONS 5.The Government intends to award a Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation is most advantageous to the Government as defined in the 'EVALUATION FACTORS FOR AWARD' Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is ""None"" or ""Not applicable,"" explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non- responsive and ineligible for contract award. A complete quote includes a response and submission to each of the following: 1.General Information: Offeror Business Name, Address, Cage and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule. FAR provision 52.212-3, Alternate I, Offeror Representations and Certifications � Commercial Items, applies to this acquisition. Offerors must include a completed copy of this provision with offer. 2.Technical Documentation: a.Technical Approach or Specifications: The offer must address and meet the requirements/specifications as defined under Technical Factor I below. b.Sustainable Acquisitions Information and Certification: The contractor shall comply with all sustainable acquisition policies in an effort to minimize the Government's environmental impact and deliver community benefits through better selection and improved usage of products and services. In accordance FAR 23, sustainable acquisition policies apply to both contracts for supplies and services that require the delivery, use, or furnishing of products/services to the Government. Indicate if any the following sustainable acquisition categories apply to any products or services proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-ozone depleting substances, Less Toxic and/or Less GHGs. c.Authorized Source Confirmation: The following product certification statement below applies to all line items and each offeror must submit supporting documentation, as needed: To be considered for award, the offeror/contractor is required to submit documentation confirming that they are an authorized source. An ""Authorized Source"" is defined as the original manufacturer, a source with the express written authority of the original manufacturer or current design activity, or an authorized aftermarket manufacturer. 3.Price Quote: Submit complete pricing for each individual item listed in the ""DESCRIPTION OF REQUIREMENTS"" Section above to include the unit of issue, the extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB Destination shipping costs are included in the pricing. 4.Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. 6.The provision at FAR 52.212-1, Instructions to Offerors�Commercial Items, applies to this acquisition. The following addendum replaces the text of this provision in its entirety: Addendum to FAR 52.212-1 INSTRUCTIONS TO QUOTERS�COMMERCIAL ITEMS (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 a quotation in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. You may submit your quotation on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, your quotation must show- (1) The solicitation number; (2) The time specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the quoter; (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) ""Remit to"" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the quoter shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If you do not submit your quotation on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Reserved. (d) Product samples. When required by the solicitation, you must submit product samples at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, you must submit these samples at no expense to the Government. We will return product samples at your request and expense, unless they are destroyed during testing. (e) Multiple quotations. You are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation that you submit will be evaluated separately. (f) Submission Deadline. (1) You are responsible for submitting your quotation to the Government office designated in the solicitation by the date and time specified in the solicitation (submission deadline). If we did not specify a time elsewhere in this solicitation, then the submission deadline is 4:30 p.m., local time, on the date that quotations are due. (2) We will consider your quotation if we receive it at the Government office designated in the solicitation by the submission deadline. If we receive your quotation after this time, we will not consider it unless we receive it before we issue the purchase order and we determine that considering it would not unduly delay the acquisition. (3) An emergency or unanticipated event may interrupt our normal processes so that we cannot receive your quotation prior to the submission deadline. In these circumstances, the submission deadline is automatically extended to the same time of day specified in the solicitation on the first work day on which our normal processes resume. (g) Issuance of purchase order. Your quotation should contain your best technical and price terms. We may reject any or all quotations. We may issue a purchase order to a quoter other than the quoter with the lowest priced quotation. We may issue a purchase order to a vendor who did not submit a quotation in response to this solicitation. After the evaluation of quotations, we may negotiate final terms with one or more quoters of our choosing before issuing a purchase order. We will not negotiate with any quoters other than those of our choosing and we will not use the formal source selection procedures described in FAR part 15. (h) Multiple purchase orders. We may issue a purchase order for any item or group of items in your quotation, unless you qualify the quotation by specific limitations. Unless otherwise provided in the Schedule, you may not submit a quotation for quantities less than those specified. We reserve the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless you specify otherwise in the quotation. (i) Availability of requirements documents cited in the solicitation. (1) You may obtain the GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978. (2) You may download most unclassified Defense specifications and standards from the following ASSIST websites: (i) ASSIST (https://assist.dla.mil/online/start/). (ii) Quick Search (http://quicksearch.dla.mil/). (iii) ASSISTdocs.com (http://assistdocs.com). (3) You may order documents not available from ASSIST from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) You must obtain nongovernment (voluntary) standards from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding the micro-purchase threshold and quotations of any dollar value if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) You must enter, in the block with your name and address on the cover page of your quotation, the annotation ""DUNS"" or ""DUNS+4"" followed by the DUNS or DUNS+4 number that identifies your name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that you may assign at your discretion to establish additional SAM records for identifying additional Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11). If you do not have a DUNS number, you should contact Dun and Bradstreet directly to obtain one. If you are located inside the United States, you may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. If you are outside the United States, you must contact the local Dun and Bradstreet office for a DUNS number. You should indicate that you are a quoter for a Government contract when contacting the local Dun and Bradstreet office. (k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of your quotation, you acknowledge the requirement to register in the SAM database prior to purchase order issuance, during performance, and through final payment of any contract resulting from this solicitation. If you are not registered in the SAM database in the time that we prescribe, we will proceed to issue the purchase order to the next otherwise successful registered quoter. You may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. (l) Requests for information. We will not notify unsuccessful quoters that responded to this solicitation. You may request information on purchase order(s) resulting from this solicitation from the contracting officer. (m) 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, we will make their full text available. The listed provisions may include blocks that you must complete and submit with your quotation. In lieu of submitting the full text of those provisions, you may identify the provision by paragraph identifier and provide the appropriate information with your quotation. Also, you may access the full text of a solicitation provision electronically at this/these address(es): Federal Acquisition Regulation: www.acquisition.gov Defense Federal Acquisition Regulation Supplement: https://www.acq.osd.mil/dpap/ DoD Class Deviations: https://www.acq.osd.mil/dpap/dars/class_deviations.html (n) Authorized Deviations in Provisions. (1)The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the provision. (2)The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (End of addendum) EVALUATION FACTORS FOR AWARD: 7.Basis for Award: The Government intends to award a contract to the responsive, responsible vendor, whose quote conforming to the RFQ is most advantageous to the Government, price and other factors considered. Technical, price and past performance factors will be used to evaluate quotes. The vendor must be registered in the System for Award Management (SAM). The Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. Factor I � Technical: The Government will evaluate the quote to see if the following specification requirements are met to include all information required for a complete quote as defined in paragraph 2 above: This requirement contains supplies that include specific salient physical, functional, and performance characteristics. Offerors shall provide a quote that identifies products meeting those salient characteristics indicated in the table above. Additionally, offerors shall specify delivery timeframes in their quote that meet or exceed the required delivery date specified above. Factor II � Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm-fixed-price for all line items. The total firm-fixed- price shall include all applicable taxes, shipping, and handling costs to the shipping address listed above as outlined in paragraph 3 above. Factor III � Past Performance: The basis for award will consider the supplier's past performance data in the Supplier Performance Risk System (SPRS) for the FSC and PSC of the supplies being purchased (see DFARS 213.106-2(b)(i)). The PSC for this procurement is 4460. Notice: Any offer rated ""Unacceptable"" under any one of the above factors may be determined to be ineligible for contract award. 8.Contractors are required to submit the representations at FAR 52.204-24 and FAR 52.204-26 (if applicable); DFARS 252.204-7016 and DFARS 252.204-7017 (if applicable); 252.225-7974 and 252.225-7973. Additionally, the Government requires a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications�Commercial Items (Oct 2018)�Alternate I (Oct 2014), to be submitted with your quotation. DUE DATE AND SUBMISSION INFORMATION Eligible Offerors: All offerors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have registered CAGE and DUNS Codes. Page Limitations: Ensure to stay within the page limitations as follows: n/a Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text shall be formatted on an 8 � by 11 inch page in 12 point Times New Roman font. Questions Due Date and Submission Requirements: All questions must be received before 23 AUG 2021 at 2:00 PM, Pacific Time. Questions must be uploaded on the NAVWAR e-Commerce website at https://e- commerce.sscno.nmci.navy.mil, under NIWC Pacific/Simplified Acquisitions/ N66001-21-Q-6579. Include RFQ N66001-21-Q-6579 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on 25 AUG 2021 at 2:00 PM, Pacific Time. Quotes must be uploaded on the NAVWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/ N66001-21-Q-6579. E-mail quotes or offers will not be accepted and late quotes will not be accepted. NAVWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. Government RFQ Point of Contract: The point of contact for this solicitation is Casey Carlson, Contract Specialist, at casey.carlson2@navy.mil. Reference RFQ N66001-21-Q-6579 on all email exchanges regarding this acquisition. RFQ ATTACHMENTS 1.Attachment 1 � Provisions for Certification APPLICABLE PROVISIONS AND CLAUSES This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2021-06 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20210709. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at https://www.acquisition.gov/content/regulations. The following FAR and DFARS provisions, incorporated by reference, apply to this acquisition: 52.204-7System for Award ManagementOCT 2018 52.204-16Commercial and Government Entity Code ReportingAUG 2020 52.204-17Ownership or Control of OfferorAUG 2020 52.204-20Predecessor of OfferorAUG 2020 52.204-24Representation Regarding Certain Telecommunications and Video Surveillance Services or EquipmentOCT 2020 52.204-26Covered Telecommunications Equipment or Services--Representation OCT 2020 52.212-1Instructions to Offerors�Commercial ItemsJUL 2021 52.212-3Offeror Representations and Certifications�Commercial ItemsFEB 2021 52.212-3Offeror Representations and Certifications�Commercial Items--Alternate IOCT 2014 52.222-22Previous Contracts and Compliance ReportsFEB 1999 52.222-25Affirmative Action ComplianceAPR 1984 52.252-5Authorized Deviations in ProvisionsNOV 2020 252.204-7008Compliance with Safeguarding Covered Defense Information ControlsOCT 2016 252.204-7016Covered Defense Telecommunications Equipment or Services--RepresentationDEC 2019 252.204-7017Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-- RepresentationMAY 2021 252.225-7973Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation. (DEVIATION 2020-O0015)MAY 2020 252.225-7974""Representation Regarding Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005)""FEB 2020 FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition and includes the following clauses by reference: 52.204-10Reporting Executive Compensation and First-Tier Subcontract AwardsJUN 2020 52.204-23Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered EntitiesJUL 2018 52.204-25Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment AUG 2020 52.209-6Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for DebarmentJUN 2020 52.209-10Prohibition on Contracting with Inverted Domestic CorporationsNOV 2015 52.219-28Post-Award Small Business Program RerepresentationNOV 2020 52.222-3Convict LaborJUNE 2003 52.222-21Prohibition of Segregated FacilitiesAPR 2015 52.222-26Equal OpportunitySEP 2016 52.222-50Combating Trafficking in PersonsOCT 2020 52.225-1Buy American Act--Supplies JAN 2021 52.225-13Restrictions on Certain Foreign PurchasesFEB 2021 52.232-33Payment by Electronic Funds Transfer�System for Award ManagementOCT 2018 52.233-3Protest after AwardAUG 1996 52.233-4Applicable Law for Breach of Contract ClaimOCT 2004 52.252-6Authorized Deviations in ClausesNOV 2020 The following FAR and DFARS clauses, incorporated by reference, apply to this acquisition: 52.204-13System for Award Management MaintenanceOCT 2018 52.204-18Commercial and Government Entity Code MaintenanceAUG 2020 52.212-4Contract Terms and Conditions�Commercial ItemsOCT 2018 52.219-6 Notice of Total Small Business Set-Aside (OCT 2020) (DEVIATION 2020-O0008) 52.219-14 Limitation on Subcontracting (MAR 2020) (DEVIATION 2020-O0008) 52.232-39Unenforceability of Unauthorized ObligationsJUN 2013 52.232-40Providing Accelerated Payments to Small Business SubcontractorsDEC 2013 252.203-7000Requirements Relating to Compensation of Former DoD OfficialsSEP 2011 252.203-7002Requirement to Inform Employees of Whistleblower RightsSEP 2013 252.204-7003Control of Government Personnel Work ProductAPR 1992 252.204-7012Safeguarding Covered Defense Information and Cyber Incident ReportingDEC 2019 252.204-7015Notice of Authorized Disclosure of Information for Litigation SupportMAY 2016 252.204-7018Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2021 252.211-7003Item Unique Identification and ValuationMAR 2016 252.211-7008Use of Government-Assigned Serial NumbersSEP 2010 252.223-7008Prohibition of Hexavalent ChromiumJUN 2013 252.225-7012Preference for Certain Domestic CommoditiesDEC 2017 252.225-7048Export-Controlled ItemsJUNE 2013 252.225-7972Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) MAY 2020 252.232-7003Electronic Submission of Payment Requests and Receiving ReportsDEC 2018 252.232-7006Wide Area WorkFlow Payment InstructionsDEC 2018 252.232-7010Levies on Contract PaymentsDEC 2006 252.244-7000Subcontracts for Commercial ItemsJAN 2021 252.247-7023Transportation of Supplies by Sea--BasicFEB 2019 NOTE: The Government reserves the right to incorporate additional clauses into the resulting order, as required by law or statute.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/636a8b8c4f0145b2be49eb54ff1a2926/view)
- Record
- SN06103963-F 20210821/210821203417 (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 |