Federal Bid

Last Updated on 28 Feb 2017 at 8 PM
Combined Synopsis/Solicitation
Marine Illinois

DISHES

Solicitation ID M3030015SUYT002
Posted Date 10 Feb 2015 at 10 AM
Archive Date 28 Feb 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Marine Illinois United states 24164
The Regional Contracting Office - National Capital Region, located at Quantico Virginia, has a requirement for Mess Hall Dishes.  The manufacturer part number Oneida. Please see attached list of items. This is a brand name competitive acquisition that is solicited on an unrestricted basis. 

Price quotes shall be emailed to [email protected] so that they are received 13 February 2015, by 11:00 A.M. Eastern Time. Late quotes will not be considered.

This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR Subpart 12.6. The announcement constitutes the only solicitation; proposals are being requested. This acquisition  is a 100% small business set-aside under NAICS code 339999/ 500 employees. 

Offeror shall provide appropriate product information that clearly documents that the offered products will integrated with the exisiting Cinia

All interested parties must be registered in the System for Award Management database (www.sam.gov). It is the responsibility of the interested parties to independently review the referenced web link (Federal Business Opportunities) frequently for updates to any and all documents

  

All contractors must comply with the requirement listed above for this request. Failure to comply may result in disqualification. This will be a Firm Fixed Price (FFP) contract.

his acquisition will utilize Lowest Price Technically Acceptable (LPTA) procedures in accordance with FAR 15.101-2. Technical tradeoff will not be made and no additional credit will be given for exceeding acceptability. Award will be made to the acceptable offeror with the lowest evaluated price, which is deemed responsible in accordance with the Federal Acquisition Regulation and whose quote conforms to the solicitation requirements. The solicitation requirements include all stated terms, conditions, representation and certifications, and other information required by this solicitation. The Government reserves the right to award without discussions. Therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer.

 

The Government may reject any quote that is evaluated to be unrealistic in terms of requirements, contract terms and conditions, or an unrealistically high or low price when compared to Government estimates, such that the quote is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risk of the program.

 

Technical acceptability will be evaluated on all quotes. Only those quotes determined to be technically acceptable, either initially or as a result of discussions, will be considered for award. Then, price will be evaluated and the quotes  will be listed from lowest to highest price based on the total evaluated price and technical acceptability. Award will be made to the lowest evaluated priced quote meeting the acceptability standards for the non-priced factors.

 TECHNICAL EVALUATION STANDARD:

 The contractor shall address the following two factors:

1.     
Factor 1 - Technical Capability - Offeror shall clearly demonstrate its approach to technical ability to meet the requirements of CLIN/Line Items based on meeting the requirements of the Request for Quote, quantity, quality and timeliness of delivery.

 

•2.      Factor 2 - Price - The offeror shall complete CLIN pricing on page one (1) of this solicitation. In addition to the completed CLIN pricing on page one (1), the offeror shall provide sufficient price information to allow the contracting officer to determine the completeness and reasonableness of the offerors prices.


DISCUSSIONS:
If during the evaluation period it is determined to be in the best interest of the Government to hold discussions, Offeror responses to clarifications/discussion notices will be considered in making the source selection decision.

 


AWARD DECISION:
The award decisions will be made as follows:

(1)   Step One - Determine Technical Acceptability. The technical evaluation, Factor 1, stated above, will assess the offerors capability to satisfy the Government's requirement. The Government will evaluate all technical capability quotes received by the required date/time. The Technical Capability factor will receive a rating of acceptable and unacceptable. If any factor is rated "unacceptable", the entire quote is rendered technically unacceptable, and the quote will be removed from the competitive range. Only quotes deemed technically acceptable (either initially or as the result of discussions) will be considered for award. The ratings are defined in the following table.

 

Rating

Description

Acceptable

Quote clearly meets the minimum requirements of the solicitation. Only those quotes determined acceptable, either initially or as a result of discussion will be considered for award. Once deemed acceptable, all technical quotes are considered to be equal.

Unacceptable

Quote does not clearly meet the minimum requirements of the solicitation. Quotes with an unacceptable rating will not be considered for award.

Table A-1

(2)   Step Two - Evaluate Price. The offeror's Price quote will be evaluated, for award purposes, based upon the total price proposed as annotated under Factor 2 - Price.

(3)   Step Three - Award Decision. Award will be made the lowest priced, technically acceptable offeror, subject to a positive responsibility determination in accordance with FAR Part 9 and conformance of the offeror's quote to the terms and conditions of the solicitation.

 DISCLAIMER:

This is a request for the submission of a quote and does not constitute a contract or authorization to begin work. Nor does an offeror's submission of a quote constitute a contract or authorize the individual or company to being work.


Please Provide the Following:

 1.  Tax Identification Number: _____________________

 2.  Company Registered in WAWF-RA (Wide Area Workflow):_______________

 If Not, Will Your Company Register? ________________

 3.  Company Registered In System for Award Management (SAM):_______________

 If Yes, What Is Your DUNS# and/or Cage Code: _______________

 If No, Will You Register: ________________

 4.  Company Considered Small or a Large Business under the NAICS Code of 339999: _____________

 5.  Delivery Time of Requested Items:  ____________      Please show earliest delivery date possible.

 6.  FOB Cost If Applicable:_______________ 

 A. NOTE:  Is Freight (Fob) Included In Price?  If Not, Please Indicate Price and Where It's Being Originated From: _______________   

 

Discount Terms: ___________

 

Company Name and Address: ___________________________________________________________

 

_____________________________________________________________________________________

 

_____________________________________________________________________________________

 

Company Point of Contact:  _____________________________________________________

 

Company Telephone:  __________________

 

Company Facsimile:  ___________________

 GSA Contract Number & expiration date: _________________________________ 

Quoted price(s) submitted that are open market shall be marked "commercial pricing".

 
The following FAR clauses and provisions apply to this acquisition and can be viewed at http://www.acquisition.gov/far:

52.204-13        SAM

52.212-1          Instructions to Offerors

52.212-3          Offeror Representations and Certifications - Commercial Items (Complete and return with offer unless registered electronically in SAM at http://www.sam.gov/.)

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 (The following numbered items apply: (14(i)), (25), (26), (27),  (28), (39), (43), (49)

52.252-1          Solicitation Provisions Incorporated by Reference

252.203-7000  Requirements Relating to Compensation of Former DOD Officials

252.203-7002  Requirement to Inform Employees of Whistleblower Rights.

252.204-7012  Safeguarding of Unclassified Controlled Technical Information

252.232-7003  Electronic Submission of Payment Requestes and Receiving Reports

252.232-7006  Wide Area Workflow

252.232-7010  Levies on Contract Payments

252.243-7001  Pricing of Contract Modifications

252.243-7002  Requests for Equitable Adjustment

252.247-7023  Transportation of Supplies by Sea

 U3       DD 250 Receiving Report Submission Through Wide Area Workflow - Receipt and Acceptance (WAWF-RA)

 ** Special Invoicing Instructions:  Wide Area Work Flow - Receipt and Acceptance (WAWF-RA) **

 WAWF-RA is the only method authorized by the United States Marine Corps to electronically process payment requests.  Compliance with WAWF-RA is mandatory.  Include in each offer a statement acknowledging that you are WAWF-RA compliant.  In order to get registered with WAWF-RA, visit https://wawf.eb.mil/.  In order to WAWF-RA you must designate an Electronic Business Point of Contact (EB-POC) to serve as the group administrator within you company.

 

Bid Protests Not Available

Similar Past Bids

Mcalester Oklahoma 02 May 2018 at 3 PM
Location Unknown 20 Sep 2019 at 12 AM
West point New york 22 Sep 2010 at 10 PM
Riverside New jersey 28 Feb 2019 at 7 PM
Washington 07 Jan 2009 at 7 PM

Similar Opportunities

Pennsylvania 13 Jul 2025 at 4 AM (estimated)
Pennsylvania 13 Jul 2025 at 4 AM (estimated)
Washington 14 Jul 2025 at 6 PM
Washington 28 Jul 2025 at 4 AM