The RFP Database
New business relationships start here

SnapOn General Mechain Tool kits


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

(i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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.

(ii)This solicitation is issued as a Request for Quotation (RFQ), solicitation number      W91SMC19Q1005.
 
(iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular through FAC 2019-06 Item I.

(iv)This requirement is an Other Than Fulll and Open-Brand Name under NAICS 333991, and the small business standard size is 500.

(v)CLIN 0001 General Mechanics Tool Kits
 
 Quantity 17
(vi)See attached Statement of work for further description of specifications.

(vii)This equipment shall be delivered to the Illinois National Guard Warehouse, Building 03, located at Camp Lincoln, 1301 N. MacArthur Blvd., Springfield, Illinois 62702-2317 not later than 60 days after award.

(viii)The provision a 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition.

General Instructions
1. 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. Lowest Price Technically Acceptable shall be used to evaluate technically acceptable offers in accordance with the "best value" definition outlined in FAR 2.101.
2. The Offer. The submission of the documentation specified below will constitute the offeror's acceptance of the terms and conditions of the RFQ, concurrence with the Statement of Work.
3. It is the Government's intention to award without discussions. Offerors are encouraged to present their best quote in their initial submission. The Government reserves the right to hold discussions.

Quote Format
Quote Format. Offeror shall provide a complete and detailed description of its technical approach to the SOW. Quotes shall consist of the following:
• Technical Proposal
• Pricing

Technical Proposal: In the technical proposal the Government will evaluate the Offeror's understanding of the requirement relative to the SOW. Technical proposal information will be streamlined.

Pricing: The Government will evaluate the offeror's price that are graded as technically acceptable. Offerors pricing will be valid for 30 days after receipt of quote. This part of the quote shall include details for all resources required to accomplish this requirement.

(ix) Any award made will be based on the most advantageous (FAR 52.212-2 Evaluation Commercial Items) to the Government, price and technical acceptability considered.


A single Firm Fixed Price (FFP) contract is anticipated to be awarded to the business concern through the procedures of Federal Acquisition Regulation (FAR) Part 13.5. This requirement is an Other than Full and Open-Brand Name procurement under NAICS 333991. The quotations shall be evaluated on the basis of Lowest Price Technically Acceptable (LPTA) source selection process.


The Government will award a contract resulting from this RFQ if the offerors quote conforms to the RFQ, the offerors quote conforms to the attached statement of work, the offeror is found responsible, and if the final price is determined fair and reasonable in accordance with FAR subsection 15.404-1.

Evaluation Criteria. This evaluation will be conducted using the Lowest Price Technically Acceptable (LPTA) source selection process, and the following evaluation criteria for this award will be based on the following factors:

Factor 1: Technical Performance
Factor 2: Price Proposal
Evaluation Factors

Factor 1 - Technical Performance
The contractor shall be responsible for ensuring their quote fully outlines the capability to adhere to the delivery deadline, quantities required, and specifications listed in the Statement of Work (SOW). Technical performance shall be found to be either acceptable or unacceptable based on the answers to the following questions:

(1) Can the vendor provide the General Mechanics Tool Kits by the delivery date outlined in part 3 in the statement of work?
(2) Can the vendor provide the quantities required addressed in part 4 in the statement of work?
(3) Can the vendor meet all of the required specifications outlined in part 5 in the statement of work?

The government will determine the vendor to be Technically Acceptable only if the government can answer "Yes" to all answers to the above questions (1-3).

Factor 2 - Pricing:
The government will evaluate all technically acceptable offerors' prices.
In terms of "price reasonableness" the Government will focus on whether the price is too high to be considered fair and reasonable. In terms of "completeness" the Government will focus on whether the price appears to cover all of the work identified in the SOW. In terms of "balance" the Government will focus on whether pricing is consistent with historical contract information and market research.
Pricing will not be scored or rated and will not be considered unless the quotes technical acceptability in factor 1 are graded as acceptable.

Technical Proposal: In the technical proposal the Government will evaluate the Offeror's understanding of the requirement relative to the SOW. Technical proposal information will be streamlined.

Pricing: The Government will evaluate the offeror's price that are graded as technically acceptable. Offerors pricing will be valid for 30 days after receipt of quote. This part of the quote shall include details for all resources required to accomplish this requirement.

(x)Please in clue a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial items with offer.

(xi)The Clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.

(xii)The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues Or executive Orders-Commercial Items, applies to this acquisition and the additional provisions and clauses are applicable.

FAR 52.252-1: Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The Vendor is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil/


FAR 52.252-2: Clauses Incorporated by Reference (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/


Provisions and Clauses incorporated by reference:


52.204-13 System for Award Management
52.204-19 Incorporation By Reference Of Representations And Certifications
52.212-4 Contract Terms and Conditions--Commercial Items
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Deviation 2013-O0019)
52.222-19 Child Labor--Cooperation With Authorities And Remedies
52.222-50 Combating Trafficking In Persons3
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving
52.232-1 Payments
52.232-33 Payment by Electronic Funds Transfer--System for Award Management
52.233-3 Protest After Award
52.252-5 Authorized Deviations in Provisions
52.252-6 Authorized Deviations In Clauses
52.247-34 F.O.B. Destination
252.203-7000 Requirements Relating To Compensation Of Former DoD Officials
252.203-7002 Requirement To Inform Employees Of Whistleblower Rights
252.223-7006 Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials-Basic
252.223-7008 Prohibition Of Hexavalent Chromium
252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports
252.232-7006 Wide Area Workflow Payment Instructions


The full text of the FAR and DFAR can be accessed on the Internet at http://farsite.hill.af.mil


(xiii)All items purchased will applicable manufacturer warranty terms and conditions.


(xiv)Defense Priorities and Allocations System (DPAS) is not applicable.


(xv) Quotes shall be submitted prior to the closing date and time of 25 September 2019 at 12:00 PM CST.


All questions regarding this RFQ shall be submitted in writing via email to: donald.g.piper6.mil@mail.mil and john.a.christel.mil@mail.mil. All questions are due by 16 September 2019 by 4:00 PM CST. The government is not obligated to provide responses to questions submitted by offerors, but will consider the responses, consolidate them, and submit answers back by 18th September 2019 at 14:30 CST


(xvi) In the event that the FBO portal is down or an offeror cannot post their quotes, send to the following contract specialists: SFC Donald Piper at donald.g.piper6.mil@mail.mil and CPT John Christel at john.a.christel.mil@mail.mil


Donald Piper, Contract Specialist, Phone 2177613988, Email donald.g.piper6.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP