SOLICITATION NOTICE
66 -- Hanging Produce Scales, 30 lb capacity and Floor Stands, ADA compliant
- Notice Date
- 8/1/2024 10:34:36 AM
- Notice Type
- Solicitation
- NAICS
- 333998
—
- Contracting Office
- DEFENSE COMMISSARY AGENCY FORT GREGG ADAMS VA 23801-1800 USA
- ZIP Code
- 23801-1800
- Solicitation Number
- HQC004-24-Q0040
- Response Due
- 8/23/2024 1:00:00 PM
- Archive Date
- 09/07/2024
- Point of Contact
- Tammy Torres, Phone: 804734800048549, Evelyn Settles, Phone: 804734800048221
- E-Mail Address
-
tammy.torres@deca.mil, Evelyn.Settles@deca.mil
(tammy.torres@deca.mil, Evelyn.Settles@deca.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial products prepared in accordance with procedures in FAR subpart 12.6 (48 C.F.R. � 12.6), as supplemented by additional information included in this notice. This announcement constitutes the only notice of the solicitation for this requirement. This solicitation (HQC004-24-Q- 0040) is a request for quotation (RFQ). �The North American Industry Classification (NAICS) code is 333998 with a small business size standard of 500 employees. Description of Requirement: This requirement is for the acquisition of Hanging Produce Scales, along with Floor Stands. The Hanging Scales must have a 30 lb. capacity and the Floor Stands must be compliant with the Americans with Disabilities Act of 1990 (ADA).� These items are to be delivered to the Defense Commissary Agency (DeCA) stores located in Continental United States (CONUS), Alaska, Hawaii, Outside the Continental United States (OCONUS), and Puerto Rico. In support of stores located in the Far East (Japan and S. Korea), Europe and Puerto Rico, deliveries shall be made to the following ports: Norfolk, VA (MDV/SpartanNash; 1187 Azalea Garden Road; Norfolk, VA 23502) for deliveries to Puerto Rico and Europe and Stockton, CA (Coastal Pacific Distributors; 1015 Performance Drive; Stockton, CA 95206) for deliveries to Japan and S. Korea. The scale and stand quantities located at each commissary store are set forth in Attachment 3. A complete description of each required scale and stand is found in Attachment 1 and 2 under commissary equipment descriptions (CEDs). The contractor will be responsible for delivering products prepared for overseas shipment. Delivery to designated locations is required within 60 days after constructive receipt of delivery order. There is no commitment by the Government to, make award(s), or to be responsible for any expenses or obligations incurred by entities that review or respond to this request for quotation. The Government intent will award this requirement using FAR Subpart 13.5 procedures, with firm fixed-pricing methodology. In accordance with FAR 17.202, the award will include option periods. Period of Performance (POP): Base Year: Option Year One: Option Year Two: Option Year Three: Option Year Four: September 1, 2024 � August 31, 2025 September 1, 2025 � August 31, 2026 September 1, 2026 � August 31, 2027 September 1, 2027 � August 31, 2028 September 1, 2028 � August 31, 2029 Contract Line Items (CLINs) - Use attached Excel Spreadsheet (Attachment 3) to submit pricing quotations. *Quantities are estimated for the purpose of this solicitation; exact quantities will be determined as needed and included in each delivery order. If you are unable to open an Excel spreadsheet, please contact Tammy Torres (tammy.torres@deca.mil) or Evelyn Settles (evelyn.settles@deca.mil) to request the information in a format compatible to your software. Installation Access Requirements: The contractor shall be responsible for ensuring full compliance with all installation access procedures. Installation access includes, but is not limited to, obtaining applicable installation passes and inspections for vehicles and personnel. Contractor employees may also be subject to background security checks/clearances in order to obtain credentials for passes. Some installations are using programs, such as RAPIDGate, which may result in a cost to the contractor. The government will not directly reimburse costs associated with obtaining and maintaining installation access, and is providing this information so that quoters are aware of such costs when preparing quotes for the product or services being acquired. FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (SEPT 2023), applies to this acquisition. See addenda 52.212-1 for additional information. FAR 52.212-2, Evaluation-Commercial Products and Commercial Services (NOV 2021), applies to this acquisition. 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: Factor 1 � Technical Capability � Factor 2 �Past Performance Factor 3 � Price Technical and past performance, when combined, are approximately equal to price. The evaluation of technical capability will be an assessment of the capability of the proposed products. Quoters must demonstrate that their proposed products and delivery schedules are acceptable and meet the government�s needs for intended use of these products in commissary stores and operations. The product will be rated on an acceptable/unacceptable basis. To be determined acceptable, the product will meet the government�s requirements identified in the solicitation. The evaluation of past performance will be an assessment based on a consideration of all relevant facts and circumstances. The Government is seeking to determine whether the quoter has consistently demonstrated a genuine concern for quality, timeliness of delivery, and customer satisfaction. The Government will use Contractor Performance Assessment Reporting System (CPARS) to evaluate past performance, and other information available to the government. In evaluating the contractor�s past performance, performance under DeCA or other similar contracts, and customer surveys submitted by the references identified in the quotes will be used. Each quoter is required to submit its past performance references. This determination is a matter of judgement. If the contractor does not have a record in CPARS, it will not be considered a negative past performance evaluation, but the contractor must submit two past performance records outside of the Federal Government if available. If an quoter without a record of relevant past performance or for whom information on past performance is not available or is so sparse that no meaningful past performance rating can be reasonably assigned, the quoter will not be evaluated favorably or unfavorably on past performance. Therefore, the quoter shall be determined to have unknown past performance. In the context of acceptability/unacceptability, an unknown rating shall not be considered �unacceptable.� For evaluation purposes, the price will be calculated for the base year and all option years combined. An award will be made to the responsible quoter with a quote that conforms to the requirements and is determined to provide the best value to the Government. Quoter shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (MAY 2024), with its quote. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (NOV 2023), is applicable to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders- Commercial Products and Commercial Services (MAY 2024), applies to this acquisition. 52.203-6 Alt I Restrictions on Subcontractor Sales to The Government (JUN 2020) -- Alternate I (NOV 2021) 52.203-17 Contractor Employee Whistleblower Rights (NOV 2023) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab (DEC 2023) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV2021) 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) 52.219-8 Utilization of Small Business Concerns (FEB 2024) 52.219-14 (DEV) Limitations on Subcontracting (Deviation 2020-0008) (OCT 2022) 52.219-28 Post-Award Small Business Program Representation (FEB 2024) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (FEB 2024) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37 Employment Reports on Veterans (JUN 2020) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50 Combating Trafficking in Persons (NOV 2021) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-1 Buy American-Supplies (OCT 2022) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (OCT 2018) 52.232-36 Payment by Third Party (MAY 2014) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) The selected Quoter must comply with the additional contract terms and conditions, which are incorporated herein by reference: PROVISIONS/CLAUSES INCORPORATED BY REFERENCE 52.202-1 Definitions JUN 2020 52.203-3 Gratuities APR 1984 52.203-12 Limitation on Payments to Influence Certain Federal Transactions JUN 2020 Transactions 52.204-4 Printed or Copied Double-Sided on Postconsumer MAY 2011 Fiber Content Paper 52.204-7 System for Award Management OCT 2018 52.204-13 System for Award Management Maintenance OCT 2018 52.204-19 Incorporation by Reference of Representations and Certifications DEC 2014 52.204-20 Predecessor of Offeror AUG 2020 52.204-24 Representation Regarding Certain Telecommunications and NOV 2021 Video Surveillance Services or Equipment 52.204-26 Covered Telecommunications Equipment or Services�Representation OCT 2020 52.209-7 Information Regarding Responsibility Matters OCT 2018 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FEB 2016 52.211-17 Delivery of Excess Quantities SEP 1989 52.219-28 Post-Award Small Business Program Representation FEB 2024 52.222-62 Paid Sick Leave Under Executive Order 13706 JAN 2017 52.223-3 Hazardous Material Identification and Material Safety Data FEB 2021 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-10 Waste Reduction Program MAY 2011 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals� DEC 2016 Representation 52.225-18 Place of Manufacture AUG 2018 52.223-20 Aerosols JUN 2016 52.232-17 Interest MAY 2014 52.232-18 Availability of Funds APR 1984 52.232-40 Providing Accelerated Payments to Small Business Subcontractors MAR 2023 52.237-1 Site Visit APR 1984 52.237-2 Protection of Government Buildings, Equipment, and Vegetation APR 1984 52.242-13 Bankruptcy JUL 1995 52.244-2 Subcontracts JUN 2020 52.245-9 Use and Charges APR 2012 252.201-7000 Contracting Officer�s Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DEC 2022 252.203-7005 Representation Relating to Compensation of Former DoD Officials SEP 2022 252.204-7004 Antiterrorism Awareness Training for Contractors JAN 2023 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting JAN 2023 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support JAN 2023 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the MAY 2019 Government of a Country that is a State Sponsor of Terrorism 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors JAN 2023 252.216-7009 Allowability of Legal Costs Incurred in Connection with a DEC 2022 Whistleblower Proceeding 252.223-7008 Prohibition of Hexavalent Chromium JAN 2023 252.225-7000 Buy American�Balance of Payments Program Certificate--Basic FEB 2024 252.225-7001 Buy American Act and Balance of Payments Program MAR 2022 252.225-7002 Qualifying Country Sources as Subcontractors MAR 2022 252.225-7012 Preference for Certain Domestic Commodities APR 2022 252.225-7048 Export-Controlled Items JUN 2013 252.232-7010 Levies on Contract Payments DEC 2006 252.239-7001 Information Assurance Contractor Training and Certification JAN 2008 252.243-7001 Pricing of Contract Modifications DEC 1991 252.244-7000 Subcontracts for Commercial Products and Commercial Services NOV 2023 252.245-7003 Contractor Property Management System Administration APR 2012 252.245-6002 Reutilization of Government property APR 2024 252.247-7022 Representation of Extent of Transportation By Sea JUN 2019 252.247-7023 Transportation of Supplies by Sea JAN 2023 PROVISIONS/CLAUSES INCORPORATED BY FULL TEXT 52.216-18 Ordering (AUG 2020) September 1, 2024 � August 31, 2029 52.216-19 Ordering Limitations (OCT 1995) Minimum Order: Quantity $420 Maximum Order: Any order for a single item in excess of $1,500; Any order for a combination of items in excess of $50,000; A series of orders from the same ordering office within 7 days that together call for quantities exceeding the limitations in paragraph (b)(1) or (2) of this combined synopsis/solicitation of this section. Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor�s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-22 Indefinite Quantity (OCT 1995) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor�s and Government�s rights and obligations with respect to that order to the same extent as if the order were completed during the contract�s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after July 31, 2029. 52.217-9 Option to Extend the Term of the Contract (MAR 2000) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. 52.233-2 Service of Protest (SEP 2006) (a) Defense Commissary Agency (DeCA) ATTN: Evelyn Settles (CCQS) 1300 Eisenhower Avenue Fort Gregg-Adams, Virginia 23801-1800 ��� (b) The copy of any protest shall be received in the office designated above within one day of filling a protest with the GAO. 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) https://www.acquistion.gov/far https://www.acquistion.gov/dfars 52.252-2 Solicitation Clauses Incorporated by Reference (FEB 1998) https://www.acquistion.gov/far https://www.acquistion.gov/dfars 52.252-6 Authorized Deviations in Clauses (NOV 2020) (b) Defense Acquisition Regulations System, Department of Defense (48 CFR Chapter 2) 252.232-7006 Wide Area Workflow Payment Instructions (JAN 2023) Invoice and Receiving Report (Combo) WAWF point of contact. The Contractor may obtain clarification regarding invoicing in WAWF. Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC HQ0866 Issue By DoDAAC HQC004 Admin DoDAAC** HQC004 Inspect By DoDAAC SEE SCHEDULE Ship To Code SEE SCHEDULE Ship From Code SEE SCHEDULE Mark For Code SEE SCHEDULE Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) N/A Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A The complete text of any the provisions and clauses may be accessed electronically at www.acquisition.gov/FAR. IMPORTANT INFORMATION FREEDOM OF INFORMATION ACT (FOIA) SOLICITATION AND CONTRACTS FOIA AND POSTING NOTICE Any award(s) resulting from issuance of this solicitation or quote may be posted in the DeCA Freedom of Information Act (FOIA) electronic reading room at www.commissaries.com. The posting will contain the total contract award amount, as well as any awarded individual contract line-item pricing (CLIN and Sub-CLIN). Unexercised option prices will not be published. In compliance with the provisions of Executive Order 12600, the contract holder may identify to the agency FOIA Officer (foia@deca.mil), within 21 calendar days of the contract award date, any information contained in the contract that it deems to be confidential commercial information. The FOIA officer will review the submission and contact the contract holder with a decision. Failure to identify any such information will be interpreted by the Agency as the contract holder having no such information to identify or withhold from posting in the FOIA electronic reading room. The postings typically take place at a minimum of two distinct points; upon the initial award of the contract and then again after the final option period has been exercised. However, should a FOIA request for the contract be received in the interim, the contract may be reposted including any awarded contract pricing up to the date of the FOIA request. Unexercised option prices will not be published. This action is being taken to ensure contract award information is available to the general public, as it was in the past, pursuant to the President�s January 21, 2009 memorandum regarding the Freedom of Information Act (FOIA). In accordance with (IAW) FAR 12.603(c)(2)(xiv) requirement, the Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. The completed solicitation package with quotes must be returned no later than 4:00 p.m. Eastern Standard Time on August 23, 2024. Vendors shall submit quotes via email to Tammy Torres, Contract Specialist and Evelyn Settles, Contracting Officer via email to tammy.torres@deca.mil and evelyn.settles@deca.mil. No fax, hand delivered, or mail-in quotes will be accepted. Quotes MUST be good for at least 90 calendar days after close. Please ensure all information requested is included. Information will be posted to Contract Opportunities: https://sam.gov/content/opportunities. All future information about this acquisition, including amendments, and cancellations will also be distributed through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation. Questions pertaining to this solicitation be directed to Tammy Torres and Evelyn Settles via email to tammy.torres@deca.mil and evelyn.settles@deca.mil. Question(s) must be received by 10:00 AM EST on August 7, 2024. Attachments: Commissary Equipment Description (CED) 2P05-A Hanging Scale, Produce, 30 lb. Commissary Equipment Description (CED) 2P05-C Floor Stand, Hanging Scale Excel Pricing Spreadsheet
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8cb9977810db45339661656f01890b03/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07153626-F 20240803/240801230156 (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 |