Scott Safety Air-Paks
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Scott Safety Air-Paks
Classification Code: 42 - Fire fighting, rescue & safety equipment
Solicitation Number: 70FA2018Q00000013
Contact:
Setaside: N/AN/A
Place of Performance (address): 40 Twill LaneAnniston, AL
Place of Performance (zipcode): 36205
Place of Performance Country: US
Description:
Preparedness Branch
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is Request for Quote (RFQ) number 70FA2018Q00000013. Provisions and clauses in effect through Federal Acquisition Circular 2005-95 are incorporated. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil/. The NAICS code is 339113, with a small business size standard of 750 employees. This is an unrestricted full and open competition. All qualified vendors are encouraged to submit a quote.
The
All offerors shall submit a quote for all the following Brand Name Only items. PRICE SCHEDULE: ITEM DESCRIPTION OF QTY UNIT UNIT AMOUNT NO. SUPPLIES/SVCS PRICE 0001 5.00 EA ____________ _______________ Scott Safety AV-3000 HT (small) Facepiece P/N: 201215-01
0002 15.00 EA ____________ _______________ Scott Safety AV-3000 HT (medium) Facepiece P/N: 201215-02
0003 10.00 EA ____________ _______________ Scott Safety AV-3000 HT (large) Facepiece P/N: 201215-03
0004 30.00 EA ____________ _______________ Scott Safety Air-Pak 4.5 X3 CGA, SH QD/PTKR SCBA P/N: X3314022000302
0005 30.00 EA ____________ _______________ Scott Safety Air Cylinder and Valve Assy, Carbon P/N: 804723-01 or 804723-01-D
0006 1.00 LOT ____________ _______________ Shipping and Handling to
PLACE OF DELIVERY:
1)
All applicable manufacturer commercial warranties shall be valid for all products. IDENTIFICATION OF GOVERNMENT OFFICIALS: The Government Officials assigned to this contract are as follows: Administrative Contracting Officer:
TYPE OF CONTRACT: The Government contemplates award of a Firm Fixed Price contract resulting from this combined synopsis/solicitation.
PROVISIONS AND CLAUSES:
FAR 52.204-19, Incorporation by Reference of Representations and Certifications. 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation; FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (e), (h), and (i) of the clause, which are RESERVED; FAR 52.212-2 Evaluation-Commercial Items. (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:
See EVALUATION FACTORS FOR AWARD below.
This acquisition will utilize the Lowest Priced Technically Acceptable (LPTA) procedure to make a best value award. A decision on the technical acceptability of each offeror's quotations will be made. For those offerors which are determined to be technically acceptable, award will be made to that offeror with the lowest overall price, including shipping and training. (b) Options. 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). (c) 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) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. (a) Definitions. As used in this provision- "Administrative merits determination" means certain notices or findings of labor law violations issued by an enforcement agency following an investigation. An administrative merits determination may be final or be subject to appeal or further review. To determine whether a particular notice or finding is covered by this definition, it is necessary to consult section II.B. in the DOL Guidance. "Arbitral award or decision" means an arbitrator or arbitral panel determination that a labor law violation occurred, or that enjoined or restrained a violation of labor law. It includes an award or decision that is not final or is subject to being confirmed, modified, or vacated by a court, and includes an award or decision resulting from private or confidential proceedings. To determine whether a particular award or decision is covered by this definition, it is necessary to consult section II.B. in the DOL Guidance. "Civil judgment" means- (1) In paragraph (h) of this provision: A judgment or finding of a civil offense by any court of competent jurisdiction. (2) In paragraph (s) of this provision: Any judgment or order entered by any Federal or State court in which the court determined that a labor law violation occurred, or enjoined or restrained a violation of labor law. It includes a judgment or order that is not final or is subject to appeal. To determine whether a particular judgment or order is covered by this definition, it is necessary to consult section II.B. in the DOL Guidance. "DOL Guidance" means the
(End of clause)
HSAR 3052.212-70, Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items. In compliance with said clause, the following FAR clauses apply: 3052.205-70, Advertisements, Publicizing Awards, and Releases; 3052.247-72, F.o.B. Destination Only. NOTICE OF FILING REQUIREMENTS FOR AGENCY PROTESTS A. Preface Prior to submission of an agency protest, all parties must use their best efforts to resolve concerns raised by an interested party.
Additional contract terms and conditions applicable to this procurement are:
BILLING INSTRUCTIONS (
Contractors shall also submit an electronic pdf copy to the
A copy of the voucher must be submitted electronically to the contracting officer identified within this contract. The submission of vouchers electronically will reduce correspondence and other causes for delay to a minimum and will facilitate prompt payment to the Contractor. Paper vouchers mailed to the finance center will not be processed for payment. If the Contractor is unable to submit a payment request in electronic form, the contractor shall submit the payment request using a method mutually agreed to by the Contractor, the Contracting Officer, and the payment office. DEFECTIVE OR IMPROPER INVOICES (
INVOICE INSTRUCTIONS (
Invoices shall be submitted as follows: Contractors will use Standard Form 1034 (Public Voucher for Purchases and Services Other Than Personal) and SF 1035 Continuation sheet when requesting payment for supplies or services rendered. The voucher must provide a description of the supplies or services, by line item (if applicable), quantity, unit price, and total amount. The item description, unit of measure, and unit price must match those specified in the contract. Invoices that do not match the line item pricing in the contract will be considered improper and will be returned to the Contractor. SF 1034 and 1035 instructions: SF 1034--Fixed Price The information which a contractor is required to submit in its Standard Form 1034 is set forth as follows: (1)
INVOICE PREPARATION INSTRUCTIONS SF 1035 The SF 1035 will be used to identify the specific item description, quantities, unit of measure, and prices for each category of deliverable item or service. Suitable self-designed forms may be submitted instead of the SF 1035 as long as they contain the information required. The information which a contractor is required to submit in its Standard Form 1035 is set forth as follows:
QUOTE PREPARATION INSTRUCTIONS:
This section specifies the format and content that offerors shall use in this Request for Quote (RFQ). The intent is not to restrict the offerors in the manner in which they will perform their work but rather to ensure a certain degree of uniformity in the format of the responses for evaluation purposes. Offerors shall submit a quote that is legible and comprehensive enough to provide the basis for a sound evaluation by the Government. Information provided shall be precise, factual, and complete. Legibility, clarity, completeness, and responsiveness are of the utmost importance. Quotes shall be in the form prescribed by, and shall contain a response to, each of the areas identified. Any quote that does not provide, as a minimum, that which is required in this solicitation may be determined to be substantially incomplete and not warrant any further consideration. A complete quote shall be submitted by the closing date specified in the solicitation.
1. The offeror shall propose a firm fixed price quote for each CLIN set forth in the Price Schedule (above), including shipping. This is a brand name only solicitation. All proposed items shall be the exact make and model as specified in the Price Schedule (above). Any other make or model shall not be acceptable. Offerors may submit price quotes using the above price schedule format, or in their own normal commercial quote format as long as the above price schedule information is included. Price quotes should also include the offeror's company name, address, phone number, DUNS or CAGE Code, and reference the RFQ number (70FA2018Q00000013).
a. Representations, Certifications, and Other Statements of Offerors (FAR 52.212-3, Offeror Representations and Certifications-Commercial Items). This provision shall be completed by the offeror and submitted as part of the Quote. EVALUATION FACTORS FOR AWARD:
1.1 All items shall be quoted; incomplete quotes may not be considered. This is an "All or Nothing" acquisition. Award will be made on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors. This acquisition will utilize the Lowest Priced Technically Acceptable (LPTA) procedure to make a best value award. A decision on the technical acceptability of each offeror's quotations will be made. For those offerors which are determined to be technically acceptable, award will be made to that vendor with the lowest overall price. The Government intends to evaluate quotes and award a purchase order without discussions with offerors (except clarifications). Therefore, the offeror's initial quote should contain the offeror's best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Award will be made to the responsible offeror whose quotation conforms to all solicitation requirements, such as terms and conditions, representations and certifications, technical requirements, and also provides the best value to the Government based on the results of the evaluation described in paragraph 1.2 below. The Government reserves the right to make no award at all as a result of this solicitation.
1.2 The LPTA evaluation process will be accomplished as follows:
Factor (1) Technical Acceptability: Each offeror's quote shall be evaluated to determine if the proposed items meet the required brand name only items specified in the Price Schedule (above).
An evaluation rating of Technically Acceptable/Unacceptable will be assigned upon completion of the technical acceptability evaluation. If an offeror receives a technical rating of "Unacceptable" they will not be considered for award.
DEFINITIONS/EVALUATION RATINGS: The Technical Acceptability factor will be evaluated against the stated criteria and the rating assigned to each individual technical factor using the following descriptive adjectival ratings:
Acceptable The offeror's proposed items meet the brand name items specified in the Price Schedule (above). Unacceptable The offeror's proposed items DO NOT meet the brand name items specified in the Price Schedule (above).
Factor (2) Price Quotation: The offeror's price quote shall be evaluated, for award purposes, based upon total price proposed for the total requirement, including any shipping to
OFFEROR QUESTIONS:
If you have any questions, please contact
QUOTE SUBMISSION INSTRUCTIONS:
Your Original Quote including any supporting documentation shall be submitted electronically by email (using PDF, MS Word, and/or MS Excel) to
Link/URL: https://www.fbo.gov/spg/DHS/FEMA/NETC/70FA2018Q00000013/listing.html
EDITORIAL: CHIP Not a Handout
Retirement planning can be a sound investment
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News