Virgin Island Power Authority
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject:
Classification Code: 61 - Electric wire & power & distribution equipment
Solicitation Number: HSFE70-17-Q-0071
Contact:
Setaside: N/AN/A
Place of Performance Country: US
Description:
Acquisition Operations Division (AOD)
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 HSFE70-17-Q-0071. Provisions and clauses in effect through Federal Acquisition Circular 05-89 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 444130, with a small business size standard is
This is a rated order certified for national defense, emergency preparedness, and energy program use, and the Contractor shall follow all the provisions of the Defense Priorities and Allocations System regulation (15 CFR 700).
The
All offeror shall provide a quote for all the following items in Attachment (1).
DELIVERY SCHEDULE: Delivery is required as soon as possible.
PLACE OF DELIVERY:
Delivery is required to the
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: Contracting Officer:
Contract Specialist:
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. FAR 52.209-7 Information Regarding Responsibility Matters. (a) Definitions. As used in this provision- "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian
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. A written notice of award or acceptance of an offer, 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 (r) of this provision. (a) Definitions. As used in this provision- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of
Oneko Dunbar,
Additional contract terms and conditions applicable to this procurement are:
BILLING INSTRUCTIONS (
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:
CONTRACTOR UTILIZATION OF GOVERNMENT FACILITIES AND PROPERTY (a) A portion of the effort required to be accomplished under this contract must be performed at a Government owned facility. The Contractor, therefore, will be granted ingress and egress at the specific facility where effort is to be performed. (b) While Contractor personnel are at the Government facility, they are required to comply with all rules and regulations of the facility, specific mention being made of complying with rules and regulations governing conduct with respect to health and safety not only as they relate to themselves but also to other personnel who are Government employees or agents of the Government and to property at the site regardless of whether or not title to such property vests with the Government. Contractor personnel whose duties require their presence at a Government facility shall be clearly identifiable by the wearing of a distinctive badge obtained by the Contractor from the Government. Prescribed identification for all Contractor personnel shall immediately be delivered to the installation security office for cancellation or disposition upon termination of employment with the Contractor or expiration or termination of contract(s) authorizing such identification. (c) The Government property to which the Contractor will have access under this clause will be made available during the life of the contract. In the event the property to which the Contractor is to have access is not made available as scheduled, the Contracting Officer shall, upon timely written request made by the Contractor, make a determination of the delay, if any, occasioned the contractor thereby, and shall equitably adjust the delivery or performance dates of the contract , or both, and any other contractual provision affected by any such delay, in accordance with the procedures provided for in the clause of this contract entitled "Changes." (d) The property to which the Contractor has access will at all times be in the custody of the Government and will not be considered "Government Property" furnished to the Contractor.
ATTACHMENTS:
Attachment 1 - Equipment and Materials List Attachment 2 - Pricing
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, including separate Technical Quote and Price Quote, shall be submitted by the closing date specified in the solicitation.
1. Technical Quote Instructions
The offeror shall complete Attachment 1 Materials List to identify if they can provide the required items within the delivery timeframe in order to receive a technical rating.
Representations, Certifications, and Other Statements of Offerors (FAR 52.212-3, Offeror Representations and Certifications-Commercial Items). This shall be completed by the offeror and submitted as part of the Quote. Responsibility (FAR 52.209-7 Information Regarding Responsibility Matters). This shall be completed by the offeror and submitted as part of the Quote.
The Defense Priorities and Allocation System (DPAS) applies to this acquisition.
2. Price Quote Instructions
a. Price Schedule - The offeror shall propose a firm fixed price inclusive of all costs and fee (profit) for each required item, including shipping, using Attachment 2 Pricing.
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 technical quotation shall be evaluated to determine if they can provide the required items in Attachment 1 Materials List.
An evaluation rating of Technically Acceptable/Unacceptable will be assigned upon completion of the technical quotation 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 can provide the required items within the delivery timeframe identified. Unacceptable The offeror can not provide the required items within the delivery timeframe identified.
Factor (2) Price Quotations: The offeror's price quote shall be evaluated, for award purposes, based upon total price proposed for the total requirement, including shipping.
OFFEROR QUESTIONS: Questions must be submitted by email no later than
[email protected], [email protected] , [email protected] and [email protected]
QUOTE SUBMISSION INSTRUCTIONS:
Your Original Quote (Technical and Price) including all supporting documentation shall be submitted electronically by email (using PDF, MS Word, and/or MS Excel) no later than XXX to each of the following: [email protected], [email protected] , [email protected] and [email protected]
Link/URL: https://www.fbo.gov/spg/DHS/FEMA/PP5-2/HSFE70-17-Q-0071/listing.html
Altarum Introduces Innovative New Health Benefit Plan
65– Planmeca FIT Full System Dental Radiology NX
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News