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 issued using FAR subpart 13.1. Simplified Acquisition Procedures. This is a Request for Quotes Quotation and a written solicitation will not be issued. This office intends to solicit and negotiate a single source brand name item under the authority of FAR 13.106-1(b)(ii).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07 effective 31 Aug 2020, and the Defense Federal Acquisition Regulation Supplement (DFARS) Change Notice 8/31/2020 effective 31 August 2020, and the Army Federal Acquisition Regulation Supplement (AFARS) Acquisition Circular effective 23 September 2020.
North American Industrial Classification Standard (NAICS) code is 334111, the size standard is 1,250 EMP
DESCRIPTION:
iPad Minis for the 186th ARW
CLIN QTY Part Number Description
0001 65 Each MUU32LL/A IPAD MINI 5 WI-FI 256GB SYST SPACE GRAY
0002 65 Each 77-62216 APPLE DEFENDER IPAD MINI 5TH CASE GEN BLACK
0003 1 Each SHIPPING TO MERIDIAN, MS 39307
5. Point of Delivery:
186th ARW C/O Maj. Jason Puttman
6225 M Street
Meridian, MS 39307
7. Period of Performance: 60 days ADC for delivery
The following contract provisions apply to this acquisition:
FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jun 2020)
*If offerors fail to submit the followings, offerors are considered as non-responsive and ineligible for contract award.
Company's complete mailing and remittance address.
Offerors shall complete the registration to have their own access for System for Award Management
(https://www.sam.gov/portal/SAM/).
Quotations must be valid for a period of no less than 30 days.
Quotations shall contain following items:
Price Schedule
Technical Information to include part number and description
Representations, Certifications, and Other Statements of Offeror or Quarters Addenda to the following paragraphs of 52.212-1 are:
(a) (a) All quotes are due on or before 1:00 PM Central Standard Time (CST), Tuesday 29 Sep 2020. Electronic quotes are highly encouraged. Submission may be made via email to [email protected] via facsimile at 601-484-9087: ATTN: SMSgt Donna R. Lewis. Hand carried or mailed proposals must be addressed to the address below (see part b of this addenda for additional information on paper submissions). Quotes must reference the solicitation number. It is the responsibility of the contractor to confirm receipt of quote by the Government.
186th ARW/MSC
Attn: SMSgt Donna R. Lewis
6225 M Street - Building 705 RM 117
Meridian, MS 39307
For paper/hand carried submissions, the sealed envelope or package used to submit your proposal must show the time and date specified for receipt, the solicitation number, and the name and address of the offeror. Offerors are cautioned that the 186th Air Refueling Wing has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE EXPECTED WHEN HAND-CARRYING PROPOSALS. Offerors should allow sufficient time to obtain a visitor pass and arrive at Bldg. 705 prior to the time specified for receipt. Late proposals will be processed in accordance with FAR 52.215-1(c) (3), “Submission, modification, revision, and withdrawal of proposals.”
All firms must be registered in the System for Award Management (SAM) database at www.sam.gov upon submission of request for quote (RFQ) to be considered responsive. If confirmation of SAM is not providing with the proposal submission by the closing date of the RFQ, the offer shall be considered nonresponsive and ineligible for contract award.
52.212-2 -Evaluation -- Commercial Items (Oct 2014)
(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, price and other factors considered. The following factors shall be used to evaluate offers:
(i) price;
(ii) Technical capability - items are exact match to items requested in the above description
Technical capability to meet the requirement is approximately equally important as price
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)
FAR 52.252-1 – Solicitation Provisions Incorporated by Reference
FAR 52.212-3 – Offeror Representations and Certifications – Commercial Items
FAR 52.252-2 – Clauses Incorporated by Reference
FAR 52.203-3 – Gratuities
FAR 52.204-24 – Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.204-25 – Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.204-26 – Covered Telecommunications Equipment or Services - Representation
FAR 52.212-4 – Contract terms and Conditions – Commercial Items
FAR 52.212-5 – Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JAN 2017), is applicable to this procurement along with the additional FAR clauses cited in the clause to include:
X 52.203-6 – Restrictions on Subcontractor Sales to the Government
X 52.204-10 – Reporting Executive compensation and First-Tier Subcontract Awards
X 52.209-6 – Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
X 52.219-8 – Utilization of Small Business Concerns
X 52.219-28 – Post Award Small Business Program Representation
X 52.222-3 - Convict Labor
X 52.222-19 – Child Labor—Cooperation with Authorities and Remedies
X 52.222-21 – Prohibition Of Segregated Facilities
X 52.222-26 – Equal Opportunity
X 52.222-36 – Equal Opportunity for Workers with Disabilities
X 52.222-37 – Employment Reports on Veterans
X 52.222-40 – Notification of Employee Rights Under the National Labor Relations Act
X 52.222-50 – Combating Trafficking in Persons
X 52.223-18 – Encouraging Contractor Policies to Ban Text Messaging while Driving
X 52.225-13 – Restrictions on Certain Foreign Purchases
X 52.232-33 – Payment by Electronic Funds Transfer – Central Contractor Registration
X 52.233-3 - Protest After Award
X 52.233-4 - Applicable Law for Breach of Contract Claim
< Applicable provisions/clauses for DoD>
The following clauses/provisions are incorporated by reference:
252.203-7000
Requirements Relating to Compensation of Former DoD Officials
252.203-7005
Representation Relating to Compensation of Former DoD Officials
252.204-7008
Compliance with Safeguarding Covered Defense Information Controls
252.204-7012
Safeguarding of Unclassified Controlled Technical Information
252.204-7015
Disclosure of Information to Litigation Support Contractors
252.222-7007
Representation Regarding Combating Trafficking in Persons
252.223-7008
Prohibition of Hexavalent Chromium
252.232-7003
Electric Submission of Payment requests
252.232-7010
Levies On Contract Payments
252.244-7000
Subcontracts for Commercial Items
252.247-7023 Transportation of Supplies by Sea
252.225-7993 Dev 2020-O0022
252.225-7975 Dev 2020-O0022
****The contractor must fill out the attached 889 Representation and submit with proposal. Offerors that refuse to fill out attached form will be deemed nonresponsive.****
This purchase will incorporate 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: https://www.acquisition.gov. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the System for Award Management (SAM) www.sam.gov. Include FAR 52.212-3 Alternate I, Offer Representation and Certification with Offer. No telephonic or facsimile responses will be processed.
Deadline for receipt of offers: 1:00 PM Central Standard Time (CST), Tuesday 29 Sep 2020.
All questions must be submitted by 1630 CST, Monday 28 September 2020. Quotations may be acceptable via facsimile 601-484-9087, or sent via e-mail to [email protected]. Email Submissions are preferred.
Basis for Award
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, price and quality of product considered. Before making award, the contracting officer determines that the proposed price is fair and reasonable in accordance with FAR 13.106-3. An award will be made to the acceptable offer with the lowest aggregate price of all items.
Primary Point of Contact for Solicitation Inquiry:
SMSgt Donna R. Lewis [email protected] Phone: 601-484-9836
FAX: 601-484-9087
Secondary Point of Contact: MSgt Ned L. McCormick [email protected] Phone: 601-484-9860
FAX: 601-484-9087
Attachments:
Attachment 1: Brand Name Justification (Simplified Acquisition)
Attachment 2: 889 Representation Form