Federal Bid

Last Updated on 05 Jun 2019 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Lactation Pods

Solicitation ID F8R4SG9091AW01
Posted Date 03 May 2019 at 7 PM
Archive Date 05 Jun 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7nx Uspfo Activity Paang 171
Agency Department Of Defense
Location United states
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 F8R4SG9091AW01 is issued as a request for quotation (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2019-01 and Defense Circular Number 20190430. This procurement is being issued as a small business set-aside. The North American Industry Classification System Code is 332311 with a size standard of 750 Employees. This acquisition is 100% set aside for small business concerns. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. 

THE 171 ARW IN CORAOPOLIS (PITTSBURGH), PA CONTEMPLATES A FIRM-FIXED PRICE PURCHASE ORDER FOR 2 (TWO) MAMAVA (TM) ADA ACCESSIBLE LACTATION PODS OR EQUAL, UTILIZING FY19 O&M FUNDING. INSTRUCTIONS ARE AS FOLLOWS:

1) ITEMS REQUESTED ARE ADVERTISED AS BRAND NAME OR EQUAL. VENDORS PROPOSING ALTERNATE BRAND NAMES OR MODEL NUMBERS **MUST** BE APPROVED PRIOR TO RESPONSE DEADLINE.  INSTALLATION, SHIPPING, AND ANY OTHER MISC COSTS INTEGRAL TO DELIVERY AND SETUP OF ITEMS SHALL BE INCLUDED IN QUOTE.  A DOCK WILL BE AVAILABLE FOR DELIVERIES.  

2) ALL ITEMS ARE REQUIRED TO BE USA-MADE AND IN NEW CONDITION. REFURBISHED, USED, AND OTHER-THAN-NEW ITEMS WILL NOT BE ACCEPTED.

3) QUOTES WILL BE EVALUATED ON A LOWEST-PRICE TECHNICALLY ACCEPTABLE (LPTA) BASIS.

4) INTERESTED VENDORS MUST BE REGISTERED AND ACTIVE IN THE SYSTEM FOR AWARD MANAGMENT (SAM) IN ORDER TO BE AWARDED. IF YOU ARE NOT REGISTERED IN SAM, PLEASE CONTACT ME FOR ASSISTANCE. (REF: FAR 52.232-33).

5) THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. VENDORS MUST BE A SMALL BUSINESS UNDER THE SIZE STANDARDS OF NAICS CODE 332311. VENDORS NEED NOT BE REGISTERED UNDER 332311, HOWEVER THEY MUST BE UNDER THE APPLICABLE SIZE STANDARD OF 750 EMPLOYEES. (REF: FAR 52.219-6)

6) NAICS SIZE STANDARDS: https://www.sba.gov/contracting/getting-started-contractor/make-sure-you-meet-sba-size-standards/table-small-business-size-standards

7) VENDORS WILL BE PAID VIA WIDE-AREA WORKFLOW/ IRAPT. (REF: DFARS 252.232-7006)

8) INSTRUCTIONS FOR OFFERORS: QUOTES MAY BE SUBMITTED VIA THIS RFQ POST OR VIA EMAIL TO [email protected].

9) PLEASE REFER ANY QUESTIONS TO [email protected].  DEADLINE FOR QUESTIONS IS FRIDAY, 3 MAY AT 3:00PM EST.  

10)The selected Offeror must comply with the following Provisions and Clauses, which are incorporated herein by reference:

Provisions:
FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2018). 52.222-25 Affirmative Action Compliance (Apr 1984); FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Aug 2018); FAR 52.233-2, Service of Protest (Sep 2006); FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); 252.204-7007 Alternate A, Annual Representations and Certifications (Apr 2019); DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016); DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Jan 2012); DFARS 252.225-7031, Secondary Arab Boycott of Israel (Jun 2005)

Clauses:
FAR 52.202-1, Definitions (Nov 2013); FAR 52.203-5, Covenant Against Contingent Fees (May 2014); FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); FAR 52.203-7, Anti-Kickback Procedures (May 2014); FAR 52.204-7, System for Award Management (Oct 2018); FAR 52.204-13, System for Award Management Maintenance (Oct 2018); 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016); FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014); FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015); FAR 52.211-6, Brand Name or Equal (Aug 1999); FAR 52.212‐1, Instructions to Offerors-Commercial Items (Oct 2018); FAR 52.212‐2, Evaluation-Commercial Items (Oct 2014); FAR 52.212‐3 Alternate I, Offeror Representations and Certifications-Commercial Items (Oct 2018); FAR 52.212‐4, Contract Terms and Conditions-Commercial Items (Oct 2018); FAR 52.212-5 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Sep 2018); FAR 52.219‐6, Notice of Total Small Business Set-Aside (Nov 2011); FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013); FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018); FAR 52.222‐21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016); FAR 52.222‐50, Combating Trafficking in Persons (Jan 2019); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); FAR 52.225‐13, Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.225-18, Place of Manufacture (Aug 2018); FAR 52.232-1, Payments (Apr 1984); FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018); FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); FAR 52.233‐3, Protest After Award (Aug 1996); FAR 52.233‐4, Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.243-1, Changes - Fixed Price (Aug 1987); FAR 52.244-6, Subcontracts for Commercial Items (Jan 2019); FAR 52.252‐2, Clauses Incorporated by Reference (Feb 1988); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); DFARS 252.203‐7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013); DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016); DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016); DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016); DFARS 252.211-7008, Use of Government-Assigned Serial Numbers (Sep 2010); DFARS 252.225-7001, Buy American and Balance of Payments Program (Dec 2017); DFARS 252.225-7048, Export-Controlled Items (Jun 2013); DFARS 252.232‐7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018); DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (Dec 2018); DFARS 252.232‐7010, Levies on Contract Payments (Dec 2006); DFARS 252.247‐7023, Transportation of Supplies by Sea (Feb 2019).

Provisions and Clauses for this synopsis/solicitation can be found in full text at https://www.acquisition.gov/browse/index/far

 

 

AMENDMENT LOG:

AMENDMENT 001: CHANGED QUANTITY FROM 1 TO 2.  FURTHER DETAILS CONCERNING INSTALLATION, LOADING DOCK AVAILABILITY, AND ADA ACCESSIBILITY WILL BE POSTED IN A SUBSEQUENT AMENDMENT. 

AMENDMENT 002: (1) DELETED SITE VSIIT INFORMATION AS NO SITE VISIT WILL BE HELD FOR THIS REQUIREMENT.  (2) ADDED REQUIREMENT FOR LACTATION PODS TO BE ADA ACCESSIBLE AND FOR INSTALLATION TO BE INCLUDED.  (3) ADDED INFORMATION CLARIFYING THAT A LOADING DOCK WILL BE AVAILABLE FOR DELIVERY.  (4) CHANGED QUOTE DEADLINE FROM FRIDAY, 26 APRIL AT 3:00PM EST TO WEDNESDAY, 1 MAY AT 3:00PM EST.  

AMENDMENT 003: (1) CHANGED REQUIREMENT FROM 2 (TWO) ADA-ACCESSIBLE LACTATION PODS TO 1 (ONE) ADA-ACCESSIBLE POD AND 1 (ONE) STANDARD SIZE POD.  (2) CHANGED CLIN 001 FROM 2 (TWO) ADA-ACCESSIBLE LACTATION PODS TO 1 (ONE) ADA-ACCESSIBLE POD.  (3) ADDED CLIN 002 FOR 1 (ONE) STANDARD SIZED LACTATION POD.  (4) CHANGED QUOTE DEADLINE FROM WEDNESDAY, 1 MAY AT 3:00PM EST TO FRIDAY, 3 MAY AT 3:00PM EST.  

AMENDMENT 004: (1) ADDED TEXT AND CLAUSES REQUIRED BY FAR 12.6.  (3) ESTABLISHED Q&A DEADLINE OF FRIDAY, 3 MAY AT 3:00PM EST.  (3) EXTENDED QUOTE DEADLINE FROM FRIDAY, 3 MAY AT 3:00PM EST TO TUESDAY, 7 MAY AT 3:00PM EST.  

AMENDMENT 005: REMOVED REFERENCE TO ANOTHER ANG UNIT.

ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.  

Bid Protests Not Available

Similar Past Bids

Holloman air force base New mexico 06 Jul 2021 at 10 PM
Location Unknown 18 Aug 2023 at 6 PM
San antonio Texas 07 Jul 2020 at 7 PM
Tucson Arizona 28 May 2020 at 4 PM
Beale air force base California 28 Apr 2025 at 9 PM

Similar Opportunities

Louisville Tennessee 15 Jul 2025 at 2 PM
Massachusetts 08 Aug 2025 at 4 PM
Washington District of columbia 25 Aug 2025 at 9 PM
Trenton New jersey 21 Jul 2025 at 6 PM