Agency: | DEPT OF DEFENSE |
---|---|
State: | District of Columbia |
Type of Government: | Federal |
Category: |
|
Posted: | Feb 7, 2023 |
Due: | Feb 7, 2023 |
Solicitation No: | N00173-23-Q-1301033469 |
Publication URL: | To access bid details, please log in. |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.
This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-07 Effective: 09-10-2021
This is a full and open competitive announcement in accordance with 19.502-2 (a) on a Firm-Firm Fixed-Price (FFP) basis.
The associated North American Industrial Classification System (NAICS) code for this procurement is ___334516____,
The associated Federal Supply Code (FSC) / Product Service Code (PSC) procurement is ________6640____.
The Naval Research Laboratory (NRL), located in Washington, DC, is seeking to purchase Supplies needed to perform experiments.
All interested companies shall provide quotations for the following:
___X___ See attached Inquiry of Availability
Supplies: BRAND NAME OR EQUAL.
Items must be brand name or equal in accordance with FAR 52.211-6.
The following provisions and clauses are hereby incorporated. Any provisions and clauses not applicable by their terms shall be self-deleting.
The full text of FAR provisions or clauses may be accessed electronically at
http://acquisition.gov/comp/far/index.html. The full text of DFARS provisions or clauses may be accessed electronically at http://farsite.hill.af.mil/vfdfara.htm.
The following solicitation provisions apply to this acquisition:
1. FAR 52.203-11, Certification & Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007)
2. FAR 52.204-7, System for Award Management (Oct 2018)
3. FAR 52.212-1, "Instructions to Offerors-Commercial Items" (Sep 2021)
a. FAR 52.212-1 has been tailored to include the following additional instructions:
• This procurement is for new equipment ONLY, unless otherwise specifically stated. No remanufactured or "gray market" items are acceptable. All equipment must be covered by the manufacturer's warranty.
• Vendor shall be an Original Equipment Manufacturer (OEM), an OEM authorized dealer, an authorized distributor, or an authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions
• Offerors are required to submit documentation from the manufacturer stating that they are an authorized distributor for the specific items being procured.
4. FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items"
(Feb 2021)
5. FAR 52.225-18, Place of Manufacture (Aug 2018)
6. FAR 52.233-2, Service of Protest (SEP 2006)
US Naval research Laboratory
4555 Overlook Avenue, S.W.
Code 1350
Washington, DC 20375
a. NRL also includes the following provisions that must be completed by the offeror:
1. FAR 52.209-5, Certification Regarding Responsibility Matters (Aug 2020)
2. FAR 52.222-22, Previous Contracts and Compliance Reports (FEB 1999)
3. FAR 52.222-25, Affirmative Action Compliance (APR 1984)
4. FAR 52.225-4, Buy American Act - Free Trade Agreements - Israeli Trade Act
Certificate Alternate III (Feb 2021)
Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required.
The following contract clauses apply to this acquisition:
1. FAR 52.212-4, "Contract Terms and Conditions-Commercial Items"(Oct 2018)
a. The following clauses are included as addenda to FAR 52.212-4:
(FEB 2000)
(DEC 2013)
2. FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" (Sep 2021)
The following subparagraphs of FAR 52.212-5 are applicable:
• Subparagraphs (b)(4), (b)(8), (b)(25 - 34), (b)(40), (b)(42), (b)(46), (b)(48) (b)(54)(56)
3. DFARS 212.301 - Solicitation Provisions and Contract Clauses for the Acquisition of Commercial Items DoD Class Deviation 2018-O0021, Commercial Item Omnibus Clause for Acquisitions Using the Standard Procurement System, issued October 1, 2018 (Revised October 1, 2018): DoD Class Deviation 2018-O0021
Alternate I (NOV 2014)
(DEC 2017)
(JUN 2013)
SUBMISSION INSTRUCTIONS:
All Quoters shall submit 1 (one) copy of their technical and price quote.
Include your company DUNS Number and Cage Code on your quote.
All quotations shall be sent via e-mail.
Buyer Name: Katrina Gallagher, email: katrina.gallagher@nrl.navy.mil.
Please reference this combined synopsis/solicitation number on your correspondence and in the "Subject" line of your email.
ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL.
The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Award may be made without discussions or negotiations, therefore prospective contractors should have an active registration in the System for Award Management (SAM) database (www.sam.gov) in accordance with Federal Acquisition Regulation (FAR) Part 4.1102 and Part 52.204-7 when submitting a response to this solicitation.
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:
Lowest Price Technically Acceptable - Offers will be ranked lowest to highest according to price. A price analysis will be conducted to determine whether the lowest price will result from a single award or multiple awards. Based on the price analysis, the lowest price offer or multiple offers, will be forwarded to the requiring activity for technical evaluation (offer(s), in accordance with the specifications, will be deemed either technically acceptable or technically unacceptable). If the lowest price offer or offers is found technically acceptable and the pricing determined fair and reasonable by the Contracting Officer, evaluation will be deemed complete and award will be made based on the lowest price offer(s). If the lowest price offer is determined technically unacceptable, another analysis will be conducted amongst the remaining offers to determine if a single or multiple awards will provide the lowest price. The lowest price offer(s) will be sent for technical evaluation. This process is repeated in order of price until an offer or combination of offers is deemed technically acceptable and price is determined fair and reasonable.
Options. When applicable, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
Terms and Conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Exceptions. Quote shall list exception(s) and rationale for the exception(s).
Submission shall be received not later than the response date listed above. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on fax or e-mail.
Feb 9, 2023 | [Combined Synopsis/Solicitation (Updated)] Supplies needed to perform experiments |
With GovernmentContracts, you can:
Follow Employee Assistance Program Life Specialty Care Resources Active Contract Opportunity Notice ID
Federal Agency
Bid Due: 11/27/2024
Follow USPSC Senior Internal Control & Risk Management Advisor Active Contract Opportunity Notice
Federal Agency
Bid Due: 8/22/2024
Follow FY24 Administration for Children & Families (ACF) Government Contracting Services Acquistion Forecast
Federal Agency
Bid Due: 9/30/2024
Follow FY24 Administration for Children & Families (ACF) Government Contracting Services Acquistion Forecast
Federal Agency
Bid Due: 9/30/2024