Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2023 SAM #7936
SOLICITATION NOTICE

J -- Combined Synopsis/Solicitation N5523623Q0127 - USS MOMSEN (DDG-92) WATERTIGHT DOORS AND HATCHES

Notice Date
8/18/2023 9:36:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
SOUTHWEST REGIONAL MAINT CENTER SAN DIEGO CA 92136-5205 USA
 
ZIP Code
92136-5205
 
Solicitation Number
N5523623Q1027
 
Response Due
9/1/2023 11:00:00 AM
 
Archive Date
09/16/2023
 
Point of Contact
Anna Nguyen, Phone: 6195563171, Cynthia Urias, Phone: 6195561336
 
E-Mail Address
anna.d.nguyen.civ@us.navy.mil, cynthia.y.urias.civ@us.navy.mil
(anna.d.nguyen.civ@us.navy.mil, cynthia.y.urias.civ@us.navy.mil)
 
Description
**Please note that each of the SOWs have a different delivery date for the items listed within. **To view Specifications�for each SOW. Please send an email to both the Contract Specialist, anna.d.nguyen.civ@us.navy.mil, and the Contracting Officer, Cynthia Urias, cynthia.y.urias@us.navy.mil. **To view technical drawings. Please fill out the �SWMRC Technical Documentation Request Form� found in attachments and email to swrmc.techdocs@navy.mil. Please copy anna.d.nguyen.civ@us.navy.mil and cynthia.y.urias.civ@us.navy.mil when sending the request. **Vendors shall ensure items are manufactured in accordance to the most recent drawings and specifications.�Vendor shall verify with the Project Manager that they have the most recent Tech Doc Request form to review the latest specs and drawings prior to manufacturing to ensure sizing is correct (changes to the drawings can occur depending on lead time of material). * **Vendors must also ensure they have sufficient past performance experience within NAICS Code�332321�- Metal Window and Door Manufacturing so that all doors and hatches are properly manufactured according to specifications and drawings. This is a Combined Synopsis/Solicitation for commercial item prepared in accordance with the format in Subpart 12.6, as supplemented FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quotation (RFQ) N5523623Q0127 is issued as a total small business set-aside. The subject solicitation is being processed using FAR Part 12, and 13. Any quote from a large business is ineligible for award. �This solicitation documents and incorporates provisions and clauses that are those in effect through Federal Acquisition Circular 2023-04 (Effective 02 JUN 2023) and DFARS Publication Notice 20230720.� DESCRIPTION: The requirement is for a firm-fixed-price (FFP) Watertight Doors and Hatches purchase order: See Attached Product Description for details The full text FAR and DFAR references may be accessed from https://acquisition.gov Standard Commercial Warranties apply: 52.212-2 Evaluation Commercial Items, Evaluation - Commercial Products and Commercial Services NOV 2021 The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Price�- The Government will award this requirement based on the lowest price technically acceptable (LPTA). B. 52.212-3 Offeror Representations and Certifications - Commercial Products and Commercial Services DEC 2022. Offerors shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award (SAM) Website located at https://www.sam.gov/SAM/ (only complete and return if there are changes to current SAM Registration. If 52.212-3 is not returned, the contractor is affirming that the current SAM registration is current, accurate, and complete). Lack of registration in the System for Award Management (SAM) database will make an offeror ineligible for award. C. FAR 52.212-4 - Contract Terms and Conditions -- Commercial Products and Commercial Services DEC 2022 APPLICABLE PROVISIONS AND CLAUSES: The FAR requires the use of the System for Award Management (SAM) in Federal solicitations as a part of the offer submission process to satisfy FAR 52.212-4. More information on SAM is found at https://www.sam.gov/portal/public/SAM/. The full text of FAR and DFAR provisions and clauses may be accessed at http://acquisition.gov.� The following PROVISIONS AND CLAUSES apply to this acquisition and will be incorporated into any resultant purchase order. 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 52.204-7 System for Award Management OCT 2018 52.204-19 Incorporation by Reference of Representations and Certifications DEC 2014 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021 52.204-26 Covered Telecommunications Equipment or Services� Representation OCT 2020 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under and Federal Law FEB 2016 52.212-4 Contract Terms and Conditions--Commercial Items DEC 2022 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors MAR 2023 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) 52.242-15 Stop-Work Order AUG 1989 52.242-17 Government Delay of Work APR 1984 52.246-2 Inspections of Supplies - Fixed Price AUG 1996 52.246-16 Responsibilities for Supplies APR 1984 52.252-2 Clauses incorporated by reference FEB 1998 52.252-6 Authorized Deviations in Clauses NOV 2020 252.203-7000 Requirements Relating to Compensation to Former DoD Officials SEP 2011 252.203-7002 Requirements to Inform Employees of Whistleblower Rights DEC 2022 252.203-7005 Representation Relating to Compensation of Former DoD Officials SEP 2022 252.204-7000 Disclosure of Information OCT 2016 252.204-7003 Control of Government Work Product APR 1992 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information JAN 2023 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting JAN 2023 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support JAN 2023 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors JAN 2023 252.223-7008 Prohibition of Hexavalent Chromium JAN 2023 252.225-7000 Buy American - Balance of Payments Program Certificate NOV2014 252.225-7001 Buy American and Balance of Payment Program JAN 2023 252.225-7002 Qualifying Country Sources as Subcontractors MAR 2022 252.225-7048 Export Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7006 Wide Area Work Flow Payment Instructions. JAN 2023 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JAN 2023 252.244-7000 Subcontracts for Commercial Items JAN 2023 252.246-7003 Notification of Potential Safety Issues JAN 2023 252.247-7023 Transportation on Supplies by Sea JAN 2023 52.212-1 Instructions to Offerors - Commercial Products and Commercial Services MAR 2023 ADDENDUM - Submission Instructions. 1. Offerors may submit written questions during the quote preparation period. All questions must be received no later than 29 August 2023, 11:00 AM (Pacific) to allow adequate time to prepare and issue responses to all offerors prior to the date and time set for receipt of quotes. Only written questions will receive a response. All questions and quotes shall be directed to: Southwest Regional Maintenance Center (SWRMC) Email: citing the solicitation number in the subject line - N5523623Q0127 Email Addresses: anna.d.nguyen.civ@us.navy.mil �and cynthia.y.urias.civ@us.navy.mil **Please note that each of the SOWs have a different delivery date for the items listed within. **To view Specifications�for each SOW. Please send an email to both the Contract Specialist, anna.d.nguyen.civ@us.navy.mil, and the Contracting Officer, Cynthia Urias, cynthia.y.urias@us.navy.mil. **To view technical drawings. Please fill out the �SWMRC Technical Documentation Request Form� found in attachments and email to swrmc.techdocs@navy.mil. Please copy anna.d.nguyen.civ@us.navy.mil and cynthia.y.urias.civ@us.navy.mil when sending the request. **Vendors shall ensure items are manufactured in accordance to the most recent drawings and specifications.�Vendor shall verify with the Project Manager that they have the most recent Tech Doc Request form to review the latest specs and drawings prior to manufacturing to ensure sizing is correct (changes to the drawings can occur depending on lead time of material). * **Vendors must also ensure they have sufficient past performance experience within NAICS Code�332321�- Metal Window and Door Manufacturing so that all doors and hatches are properly manufactured according to specifications and drawings. 52.212-2 Evaluation - Commercial Products and Commercial Services (NOV 2021): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer 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: Evaluation Factors- The evaluation factors that will be used are: Technical Acceptability - Ability to meet the salient characteristics of the Product Description.� Vendor shall verify with the Project Manager that they have the most recent Tech Doc Request form to review the latest specs and drawings prior to manufacturing to ensure sizing is correct (changes to the drawings can occur depending on lead time of material). Price - Low price Technically Acceptable (LPTA) Past Performance - Based on recency and relevancy of past performance documentation/ information, and the Supplier Performance Risk System ratings. Price: The Government will evaluate the proposed price for reasonableness in accordance with FAR 13.106-3 (a)(l). Past Performance: The Government will consider the recency and relevancy of past performance information compared to the requirements detailed in the Product Description, the source of the information, the context of the data and general trends in the offeror's performance and any associated risk. The Government will also consider the extent of the offeror's ability to perform previous contracts successfully. Per DFARS provision 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations is hereby incorporated by reference. b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror 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) 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services (MAR 2023) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 {Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities {Nov 2021) {Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) {Section 889(a)(l)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) (31 U.S.C. 3903 and U.S.C. 3801). (6) 52.233-3, Protest After Award (AIUG 1996) (31 U.S.C. 3553) (7) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph�(b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: 1. 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021) (41 U.S.C. 4704 and 10 U.S.C. 4655). 2. 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) (41 U.S.C. 3509)). 3. 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5). 4. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) ( 31 U.S.C. 6101 note). 5. 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Oct 2022) (15 U.S.C. 657a). 6. 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2022) (if the offerer elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). 7. 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15�U.S.C. 644). 8. 52.219-14, Limitations on Subcontracting (Oct 2022) (15 U.S.C. 637s). 9. 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Oct 2022) (15 U.S.C. 657f). 10. 52.219-29, Notice of Set-Aside for, or Sole-Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Oct 2022) (15 U.S.C. 637(m)). 11. 52.219-30, Notice of Set-Aside for, or Sole-Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Oct 2022) (15 U.S.C. 637(m)). 12. 52.219-33, Non-manufacturer Rule (Sep 2021) (15 U.S.C. 637(a)�(17)). 13. 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Dec 2022) (E.O.13126). 14. 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 15. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020} (E.O. 13513). 16. 52.225-1, Buy American-Supplies (Oct 2022} (41 U.S.C. chapter�83}. 17. 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 18. 52.232-29, Terms for Financing of Purchases of Commercial Products and Commercial Services (Nov 2021} (41 U.S.C. 4505, 10�U.S.C. 3805). 19. 52.232-30, Installment Payments for Commercial Products and Commercial Services (Nov 2021) (41 U.S.C. 4505, 10 U.S.C. 3805). 20. 52.232-33, Payment by Electronic Funds Transfer-System for�Award Management (Oct 2018) (31 U.S.C. 3332). 21. 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: 1. 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022}. (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, as defined in FAR 2.101, on the date of award of this contract, and does not contain the clause at 52.215-2, Audit and Records� Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or�reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(l), in a subcontract for commercial products or commercial services. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) (41u.s.c. 3509).� (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).� (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021) (Section 1634 of Pub. L. 115-91). (iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(l)(A) of Pub. L. 115-232). (v) 52.219-8, Utilization of Small Business Concerns (Oct 2022) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further�subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (vii)52.222-26, Equal Opportunity (Sep 2015) (E.O.11246). (viii) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38�U.S.C. 4212). (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793). (x)�52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C.�4212). (xi)52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xii) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67). (xiii)�(A) 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O 13627). (B)�Alternate I (Mar 2015) of 52.222-50 (U.S.C. chapter 78 and�E.O. 13627). (xiv)�52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). (xv)�52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). (xvi)�52.222-54, Employment Eligibility Verification (May 2022) (E.O.�12989). (xvii)�52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022). (xviii)�52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706). (xix)�(A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (B)�Alternate I (Jan 2017) of 52.224-3. (xx)�52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. Subtitle A, Part V, Subpart G Note). (xxi)�52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxii)�52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) (31 U.S.C. 3903 and 10 U.S.C. 3801). Flow down required in accordance with paragraph (c) of 52.232-40. (xxiii)�52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) (46 U.S.C. 55305 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial products and commercial services a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) The following NAVSEA PROVISIONS AND CLAUSES apply to this acquisition and will be incorporated into any resultant purchase order. SECTION C � DESCRIPTIONS AND SPECIFICATIONS C-211-H017 UPDATING SPECIFICATIONS AND STANDARDS (NAVSEA) (DEC 2018) C-211-H018 APPROVAL BY THE GOVERNMENT (NAVSEA) (JAN 2019) C-211-H019 COMMONALITY AND STANDARDIZATION (NAVSEA) (FEB 2022) C-215-H002 Contractor Proposal NAVSEA OCT 2018 C-223-H003 EXCLUSION OF MERCURY (NAVSEA) (MAR 2019) C-247-H001 PERMITS AND RESPONSIBILITIES (NAVSEA) (DEC 2018) SECTION D � PACKAGING AND MARKING PACKAGING REQUIREMENTS: Packaging and preservation shall be performed in accordance with the best commercial practices to afford maximum protection against damage. D-211-H004 IDENTIFICATION MARKING OF PARTS--BASIC (NAVSEA) (OCT 2018) D-211-H004 Identification Marking of Parts -Alternative I OCT 2018 DELIVERY INSTRUCTIONS: Item shall be priced at F.O.B. Destination. SECTION E � INSPECTION AND ACCEPTANCE Inspection and acceptance shall be at destination by the Government. SPECIAL CONTRACT REQUIREMENTS: E-246-H002 CLARIFICATION OF INSPECTION, DELIVERY AND ACCEPTANCE TERMS FOR VESSELS AND CRAFT�ALTERNATE I (NAVSEA) (OCT 2018) E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (NAVSEA) (OCT 2018) SECTION F � DELIVERIES OR PERFORMANCE F-242-H00l Contractor Notice Regarding Late Delivery OCT 2018 SECTION G � CONTRACT ADMINSTRATION DATA G-232-H002 Payment Instructions and Contract Type Summary for Payment Office JUN 2018 G-232-H005 Supplemental Instructions Regarding Invoicing JAN 2019 G-242-H00l Government Contract Administration Points of Contact and Responsibilities OCT 2018 SECTION K � REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS If the following Representation and Certs are already completed within the SAM.Gov database, we will verify to ensure it is in compliance with the regulatory statutes. 52.204-8��� ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2020) 52.209-11� Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 52.204-24� Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) SECTION L � INSTRUCTIONS, CONDITIONS AND NOTICES TO BIDDERS� 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services. As prescribed in 12.301(b)(1), insert the following provision: Instructions to Offerors�Commercial Products and Commercial Services (Mar 2023) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern that submits an offer, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees, or 150 employees for information technology value-added resellers under NAICS code 541519, if the acquisition� (1)Is set aside for small business and has a value above the simplified acquisition threshold; (2)Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or (3)Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (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 time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) 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; (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 Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror 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 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 offeror 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. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with FAR subpart� 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors 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 willbe 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 offeror 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 offerors. Therefore, the offeror�s initial offer should contain the offeror�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) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards a...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/125804186fa24f8b95aff410f459063b/view)
 
Place of Performance
Address: San Diego, CA 92136, USA
Zip Code: 92136
Country: USA
 
Record
SN06796898-F 20230820/230818230053 (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.