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 with Open Market Pricing are being requested and a written solicitation will not be issued. This solicitation number W9127Q-21-R-0040 is issued as a Request for Quote. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2021-06, Effective Date 07-12-2021, and the Defense FAR Supplement(DFARS) Publication Notice 07092021, effective 07-09-2021. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This solicitation is set-aside 100% for Small Business and is restricted to small businesses only in accordance with FAR 19.502-2(a). The North American Industrial Classification System (NAICS) Code is 336214 with a Small Business Size Standard of 1,000 employees.
The United States Property and Fiscal Office for Mississippi - Purchasing and Contracting Division, Flowood, MS intends to issue one (1) firm fixed price purchase order for the following items; See attached for specifications. Basis for award is the lowest price that meets the minimum requirements.
CLIN 0001: Decon Trailer, approx 24 feet in overall length, no wider than 8 feet, custiomized, 1 each.
***Trailer should meet or exceed the Attached Specifications***
Delivery: NLT 90 Days ARO, FOB Destination to Flowood, MS
Ship to Address: 47th Civil Support Team, 138 Military Drive, Flowood, MS 39232
Submission Requirements: Vendors must submit company information with their quote to include: Point
of Contact (POC), POC phone number, POC email address, company CAGE Code, DUNS, and Tax Identification Number.
Vendors must have an active registration in System for Award Management (SAM) to be eligible for contract award.
Include all applicable fees, including delivery (prepay & add is not acceptable); warranty information; setup and training; and estimated delivery time, if different than requested as stated on the attached specifications.
BASIS OF AWARD: Basis for award is low price that meets the minimum requirements.
A purchase order will be awarded to the responsible offeror whose quote conforms to the solicitation and is considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ.
This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at https://www.acquisition.gov/. Quotes must be for items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor.
This announcement is the solicitation which will result in a firm fixed price contract. Quotes are due no later than 9 A.M. CST, 10 September 2021, to USPFO- MS, ATTN: Brian Fortune, Purchasing and Contracting, 144 Military Drive, Flowood MS, 39232. Quotes should be emailed to brian. [email protected]. Questions pertaining to this requirement should be emailed to [email protected]. no later than 8 September 2021 prior to the Solictiation Closing Date- 10 September 2021.
The following FAR provisions and clauses apply:
52.204-22 Alternative Line Item Proposal
52.211-6, Brand Name or Equal
52.212-1, Instructions to Offerors-Commercial Items (DEVIATION 2018-
O0013)
52.212-3, Offeror Representations and Certifications-Commercial Items--
Alternate I
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)
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40, Providing Accelerated Payments to Small Business
Subcontractors
52.252-2, Clauses Incorporated by Reference
Applicable FAR Clauses cited within 52.212-5 are as follows:
52.203-19, Prohibition on Contracting with Entities that Require Certain
Internal Confidentiality Agreements or Statements
52.204-10, Reporting Executive Compensation and First-Tier Subcontract
Awards
52.209-6, Protecting the Governments Interest When Subcontracting with
Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
52.219-6, Notice of Total Small Business Set-Aside
52.219-28, Post-Award Small Business Program Representation
52.222-3, Convict Labor
52.222-19, Child Labor-Cooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Equal Opportunity for Workers with Disabilities
52.222-50, Combating Trafficking in Persons
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While
Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer-System for Award
Management
52.233-3, Protest after Award
52.233-4, Applicable Law for Breach of Contract Claim
The following DFARS provisions and clauses apply:
252.203-7000, Requirements Relating to Compensation of Former DoD
Officials
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.203-7005, Representation Relating to Compensation of Former DoD
Officials
252.204-7012, Safeguarding Covered Defense Information and Cyber
Incident Reporting
252.204-7015, Notice of Authorized Disclosure of Information for Litigation
Support
252.211-7003, Item Unique Identification and Valuation
252.213-7000, Notice to Prospective Suppliers on Use of Supplier
Performance Risk System in Past Performance Evaluations
252.225-7000, Buy American--Balance of Payments Program Certificate-
Basic
252.225-7001, Buy American and Balance of Payments Program
252.225-7031, Secondary Arab Boycott of Israel
252.225-7048, Export-Controlled Items
252.232-7003, Electronic Submission of Payment Requests and Receiving
Reports
252.232-7006, Wide Area WorkFlow Payment Instructions
252.232-7010, Levies on Contract Payments
252.244-7000, Subcontracts for Commercial Items
252.247-7023, Transportation of Supplies by Sea
Full text of these provisions may be accessed on-line at https://www.acquisition.gov and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/.