Number: 2808553
Country: United States
Source: Federal Business Opportunities
This Solicitation is comprised of: A. FORMAT AND SUBMISSION OF PROPOSAL B. ADDITIONAL INFORMATION FOR OFFERORS
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ A. FORMAT AND SUBMISSION OF PROPOSAL
Offerors shall provide:
1) Name, title, telephone number, fax number, and email address of the point of contact. 2) Nine-digit DUNS. The DUNS is used to verify that the vendor is in SAM. By submitting a proposal, the Offeror acknowledges the Government requirement to be registered in the System for Award Management (SAM) database prior to award of any contract. Information about SAM may be found at www.sam.gov. 3) Nine-digit TIN. The Taxpayer Identification Number is necessary for electronic payment. 4) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. If you have completed the annual representations and certifications electronically through SAM, then provide a statement as such and it will be verified.
The proposal submitted shall include the following:
I. Price II. Technically Acceptable III. Past Performance IV. Prospective Contractor Responsibility
I. Price The government anticipates award of a BPA as a result of this solicitation. Offerors must submit a full price quotation for the base period and all three ordering periods. The Government will evaluate offers for award purposes by adding the total price for all line items to the total price for the basic and three (3), one (1) year ordering periods. In order to be technically acceptable, offerors shall provide a unit price for each of the brand name contract line items listed within the pricing sheet.
II. Technical
Successful awardee performance will be evaluated primarily on the basis of the lowest total aggregate price for all items and quantities (if quantities are specified) requested with three main supporting criteria:
1. Demonstrated ability to provide ALL specified items in the USSS BOM and ALL order quantities up to and including the maximum contract amount without deviation, unless the cause of the deviation in quantity or specification rests with the inability of the Original Equipment Manufacturer (SIG Sauer) to produce or provide such specified items. In case of such verified OEM inability to provide specified items and/or quantities, the agency has exclusive right to examine and approve all alternate item(s) options prior to vendor submission in fulfillment of any contract provisions;
2. Demonstrated ability to deliver items in accordance with the specific delivery requirements and deadlines contained in the SOW;
3. Demonstrated ability to administer warranty return procedures and provide replacement of items deemed damaged or defective by this agency within the specified warranty period as provided in the SOW.
III. PAST PERFORMANCE.
The evaluation process will be based on the Past Performance information obtained from the Past Performance Information Retrieval System (PPIRS). Acceptable or unacceptable ratings will be assigned based on the information retrieved from PPIRS.
Offerors shall submit no less than three (3) federal government references within the previous three (3) years of the date of this solicitation to demonstrate their ability to address past performance criteria contained in items 1-3 above. Nothing shall require the government to acquire items from any offeror solely based on their meeting lowest cost objectives when satisfaction of the requirements contained in items 1-3 above are deemed incomplete, inadequate, or otherwise unsatisfactory to the agency.
IV. PROSPECTIVE CONTRACTOR RESPONSIBILTY:
In accordance with Federal Acquisition Regulation (FAR) 9.1, the Contracting Officer shall award contracts only to a responsible offeror. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The Contracting Officer shall require acceptable evidence of the prospective contractor"s current sound financial status, as well as the ability to obtain required resources if the need arises. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective contractor/subcontractor(s). In the absence of information clearly indicating that the prospective contractor is responsible, the Contracting Officer shall make a determination of non-responsibility. As a minimum requirement, all offerors shall submit, as part of the original quote, the following:
(1) Company"s Financial Statement which includes Balance Sheet and Income Statement; and (2) Point of contact form their bank or any financial institution with which they transact business.
B. ADDITIONAL INFORMATION FOR OFFERORS
All questions regarding the solicitation must be emailed to the contract specialist, Ms. Danielle Donaldson at [email protected] no later than 11 July 2017 by 2:00 PM EST.
The deadline for receipt of proposals will be 21 July 2017 by 2:00 PM EST.
Communications with other officials may compromise the competitiveness of this acquisition and result in cancellation of the requirement.