Federal Bid

Last Updated on 01 Sep 2020 at 3 AM
Combined Synopsis/Solicitation
California

Sneeze Guards

Solicitation ID 70FBR920Q00000027
Posted Date 01 Sep 2020 at 3 AM
Archive Date 16 Sep 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Region 9: Emergency Preparedness An
Agency Department Of Homeland Security
Location California United states

The Federal Emergency Management Agency (FEMA) is considering the issuance of a firm fixed price purchase order to one (1) vendor; however, the Government reserves the right to award purchase orders to multiple vendors given the urgency of this requirement of 1000 sneeze guards in support of disaster relief operations DR4558 as a result of California Wildfires.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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. FEMA is issuing a written solicitation in accordance with FAR Subparts 13.106-1 and Subpart 12.6.

The solicitation number 70FBR920Q00000027 is being issued for a request for quotes (RFQ). The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-04.

The associated North American Industrial Classification System (NAICS) code for this procurement is 423990 Safety Devices (e.g. eye shields, face shields) merchant wholesalers, or 423450 Industrial Safety devices (eye shields, face shields, first aid kits) merchant wholesales.

This action is being competed using the policies and procedures for procurements under the Robert T. Stafford Disaster Relief and Emergency Assistance Act (42 USD 5150) and FAR 6.208 Set-Asides for Local Firms during a Major Disaster or Emergency. This action is a small business set-aside for vendors residing in or primarily doing business in federally declared disaster counties in the state of California. Local Area Set-aside as set forth in provisions FAR 52.226-3, FAR 52.226-4 and 52.226-5.

____________________________________________________________________________

Description of Requested Items/CLIN Structure

Requirement Specifications

The Department of Homeland Security, Federal Emergency Management Agency (FEMA) requires safety equipment i.e. sneeze guard to protect the safety of FEMA employees from COVID-19 on the California Wildfire during a COVID19 environment.  Required sneeze guard specifications are; 24" inches height x 60" inches wide, clear, scratch resistant, durable plexiglass, 4" inch round base with aluminum legs with strong adhesive and/or clamp to mount securely to 72" desks, and easy installation and replacement of parts and easy to clean or wipe down with disinfectant wipes.

We are open to receive what is available for delivery in various increments until all 1,000 is fulfilled. Must be able to delivery to designated sites; Napa, Sonoma, Monterey, Solano, Santa Cruz, San Mateo and Lake.*

Attachment A identifies price, delivery locations by priority, and quantities per location. Offerors shall submit a picture and technical specifications of the product proposed as part of your quote.

*If immediate delivery is unavailable, a designated FEMA employee can arrange for pickup at Contractor’s location.

____________________________________________________________________________

Quote Submission Instructions

Responses to this Request for Quote are due no later than 4:00 pm PST, on Tuesday, September 1, 2020 to [email protected] and [email protected].

Electronic submission of your quote is due no later than 4pm PST, on Tuesday, September 1, 2020.

This solicitation requires an active registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. All quote submissions must include the following information on a quote submission cover letter.

 

  1. Tax Identification Number
  2. Dun & Bradstreet Number (DUNS)
  3. Authorized Representative Contact Name
  4. Contact Email Address
  5. Contact Telephone and Fax Number
  6. Complete business mailing address
  7. Deliverables
    ____________________________________________________________________________
     
    Evaluation Factors
    The Contractor shall provide a quote response in accordance with all requirement specifications as outlined above in this solicitation.
     
    Factor 1. Technical Evaluation/Product Specifications
    The contractor shall provide a sample of the requested sneeze guard to be confirmed by a FEMA employee that the product meets the requirement specifications
     
    Factor 2. Price
    The contractor shall complete a pricing and product availability chart to indicate whether a sample is immediately available, how many products are on hand and available for immediate shipment, when shipment can be expected for the remaining items, delivery cost, and whether there are any products onsite if delivery is unavailable.
     
    Factor 3: Past Performance
    The contractor shall provide 3 references which demonstrates work similar in size,     scope, and complexity to this requirement  
    ____________________________________________________________________________________
     

Additional Provisions and Clauses

i.  52.252-1 Solicitation Provisions Incorporated by Reference.

ii.  The provision at 52.212-1, Instructions to Offerors-Commercial, is incorporated by reference. 

iii.  The provision at 52.212-2, Evaluation-Commercial Items, is applicable in that the Government will make awards resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based on price only. 

iv.  Offerors are to complete the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. 

v.  The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and is incorporated by full text.  However, separate invoice instructions with payment details will be provided at time of award of an IDIQ.  See the attached solicitation

vi.  The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Specific applicable clauses will be identified with any resultant award.

vii.  The Buy American Act (FAR 52.225-1) has been waived for all items included in this solicitation; however, Offerors shall disclose country of origin for reporting purposes.  The Trade Agreement Act still applies.

a.  The provision at 52.225-6, Trade Agreements Certificate, applies to this acquisition and is incorporated by full text.

b.  The clause at 52.225-13, Restrictions on Certain Foreign Purchases, applies to this acquisition and is incorporated by reference.

c.  The provision at 52.228-18, Place of Manufacture, applies to this acquisition and is incorporated by full text.

d.  The provision, 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan-Certification, applies to this acquisition and is incorporated by full text.

e.  The provision, 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications, applies to this acquisition and is incorporated by reference.

viii.  HSAR clause 3052.209-70 Prohibition on Contracts with Corporate Expatriates applies to this acquisition and is incorporated by full text.

ix.  HSAR clause 3052.212-70 Contract Terms & Conditions for DHS Acquisition of Commercial Items applies to this acquisition and is incorporated by full text. May be tailored with any resultant award.

x. Section 889(a)(1)(B) or Part B prohibits Executive Agencies from entering into a contract, or extending or renewing a contract, with any entity that uses “any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. 

xi. 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

xii. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

III.  Other Terms and Conditions

i.  Government reserves the right to incorporate any additional applicable FAR and HSAR clauses to any resultant award.

ii.  Government reserves the right to apply priorities and allocations on the individual awards as deemed necessary. 

 

 

Invoices:

Invoices will be paid NET 15 days or sooner after receipt form the Contractor of a proper invoice.

Bid Protests Not Available

Similar Past Bids

Charleston South carolina Not Specified
Location Unknown 12 Sep 2015 at 5 PM
Jber Alaska 10 Sep 2020 at 5 PM
Albuquerque New mexico 26 Apr 2021 at 2 PM
Raleigh North carolina 04 Aug 2020 at 6 PM

Similar Opportunities