The RFP Database
New business relationships start here

JBOD S44


Mississippi, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

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; proposals are being requested and a written solicitation will not be issued.

Solicitation W81EWF71940945 is being issued as a request for quote (RFQ) with intent to award as a simplified acquisition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Circular 2005-95. This requirement is 100% set aside to small business under NAICS 334112 with a size standard of 1,250 in number of employees. This procurement is being conducted in accordance with regulation at FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures.

The US Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), in Vicksburg, MS, Information Technology Laboratory (ITL) has a requirement for the following:
Two JBOD S44 that includes the requirements in the attached Description of Requirements document.

Equipment shall be delivered ASAP or no later than 20 September 2017 to 3909 Halls Ferry Road, Vicksburg, MS 39180 with delivery and acceptance with FOB point.

FAR clause 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. The following factors shall be used to evaluate offers:
1) Lowest price and
2) Technically Capability


The Government will issue an award to the offeror whose quote is the Lowest Price that is determined to meet at least the minimum requirements to be determined Technically Capable.


(1) Technically Capable is defined as the documented capability to meet the minimum requirements of the project as specified in this solicitation and the attached specifications, including evidence of the offeror's capability to provide the items specified and the ability to meet or exceed the specified delivery schedule.


It is imperative that the offeror submit sufficient documentation and information for the Government to determine technical capability and quoted price. Failure to submit sufficient information for the Government to determine technical capability and quoted price may be cause for rejection of you quote.

(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)
SAM REGISTRATION:
Pursuant to FAR 52.204-7, System for Award Management, prior to award offerors shall be registered in the System for Award Management (SAM), if you are not registered in SAM, an award CANNOT be made to your company. You may register electronically at http://www.sam.gov.


The following FAR clauses and provisions apply to this acquisition:
FAR 52.204-7 System for Award Management;
FAR 52.212-1 Instructions to Offerors - Commercial Items;
FAR 52.212-2 Evaluation - Commercial Items;
FAR 52.212-3, Alt I Offeror Representations and Certifications;
FAR 52.212-4 Contract Terms and Conditions - Commercial Items;
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items


The following clauses cited within FAR Clause 52.212-5 are applicable:
FAR 52.204-10 Reporting Executive Compensation and First Tier Sub
Contract Awards;
FAR 52.209-6 Protecting the Government's Interest when Subcontracting with
Contractor Debarred, Suspended or Proposed for Debarment;
FAR 52.219-6 Notice of Total Small Business Set-Aside;
FAR 52.219-28 Post Award Small Business Program Re-representation;
FAR 52.222-3 Convict Labor;
FAR 52.222-19 Child Labor;
FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity;
FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons;
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving;
FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management;
FAR 52.233- 3 Protest After Award;
FAR 52.233-4 Applicable Law for Breach of Contract Claim;
FAR 52.252-2 Clauses Incorporated by Reference;
The full text of these FAR clauses can be accessed electronically at website:
http://farsite.hill.af.mil/vffara.htm.


The following DFARS Clauses and Provisions are applicable to this acquisition:
DFARS 252.203-7000 Requirement Relating to Compensation of Former DoD officials;
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD officials;
DFARS 252.204-7011 Alternative Line Item Structure;
DFARS 252.211-7003 Item Unique Identification and Valuation;
DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports;
DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.247-7023 Transportation of Supplies by Sea;


The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/VFDFARA.HTM.


Technical Inquiries and Questions
All technical inquiries and questions relating to W81EWF71940945 are to be submitted to Olivia White via e-mail at Olivia.White@usace.army.mil. Offerors shall submit questions at least 3 days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Offerors are requested to review the specifications in their entirety and review the FedBizOpps website for answers to questions prior to submission of a new inquiry.


Notes to Offerors:
Quotes are due Monday, August 21st, 2017, not later than 3:00 PM CST via email, providing that they are complete and include all required information, to: Olivia.White@usace.army.mil . For information concerning this solicitation, contact Olivia White via e-mail at Olivia.White@usace.army.mil.


The Offeror is responsible for reading all information contained in this solicitation and all attachments if any posted with it. Offerors should check the FedBizOpps web site often for a new solicitation and/or amendments to this solicitation. Quotes are due Monday, August 21st, 2017, not later than 3:00 PM CST. Offerors are responsible for ensuring that their quotes arrive prior to the scheduled closing date and time. Quotes must be clearly identified as being submitted for Solicitation Number W81EWF71940945.


 


Lauren Olivia White, Phone 6016345336, Email olivia.white@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP