Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2021 SAM #7027
SOLICITATION NOTICE

25 -- Auto Parts and Supplies BPA

Notice Date
2/22/2021 12:49:31 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
441310 — Automotive Parts and Accessories Stores
 
Contracting Office
NATIONAL CONTINUITY SECTION(CON50) BERRYVILLE VA 22611 USA
 
ZIP Code
22611
 
Solicitation Number
70FA5021A00000001
 
Response Due
3/3/2021 8:00:00 AM
 
Archive Date
03/18/2021
 
Point of Contact
Christopher L. Barrow, Phone: 5405422304, Fax: 5405422632, Kevin Hennigan, Phone: 5405422303
 
E-Mail Address
christopher.barrow@fema.dhs.gov, kevin.hennigan@fema.dhs.gov
(christopher.barrow@fema.dhs.gov, kevin.hennigan@fema.dhs.gov)
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR MWEOC RFQ NO. 70FA5021A00000001 Vehicle Parts and Supplies This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This combined synopsis/solicitation is being issued as Request for Quotation (RFQ) No. 70FA5021A00000001, the result of which will establish one Blanket Purchase Agreement (BPA) for various vehicle parts and supplies for numerous vehicles. The successful contractor(s) must be located within a 40-mile radius of the Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), Mount Weather Emergency Operations Center (MWEOC) 19844 Blue Ridge Mountain Road, Mount Weather, VA 20135-2006. The RFQ clauses and provisions are those in effect thru Federal Acquisition Center 2005-74, effective 2/01/2021. The NAICS code applicable to this requirement is 441310. One award will be issued as a result of this solicitation, via the issuance of simplified acquisition/commercial item blanket purchase agreements to include a base year and four one-year option periods with an optional six-month extension. Please include all applicable Government discounts in your offer. FAR Provisions 52.212-1, 52.212-4, and 52.215-5 apply to this acquisition. Offerors are to include a completed copy of FAR provision 52.212-3 ""Offerors Representations and Certifications�Commercial Items"" with their response or provide this information via the System for Award Management (SAM) website, https://www.sam.gov/portal/public/SAM/. The successful vendor must provide their company DUNS number which is registered and active in the System for Award Management (SAM). The Statement of Work which includes purchasing procedures under the proposed BPA(s) is attached to this combined synopsis/solicitation (reference ATTACHMENT A). Also attached is a list of provisions and clauses applicable to this RFQ (reference ATTACHMENT B). The Contractor�s pricing proposal shall contain their current unit prices for the various parts and supplies styles listed on the attached pricing spreadsheet (reference ATTACHMENT C). The parts and supplies listed on this spreadsheet are only a representation of the types of parts and supplies ordered most often by MWEOC employees. Additional parts and supplies for various vehicles may also be ordered from the proposed BPA(s). Pricing information provided on the spreadsheet will be used for quote evaluation purposes only. If additional charges or fees apply for special order, shipping and handling, oversize packaging, etc., please include them on the second page of the pricing spreadsheet. EVALUATION INFORMATION � in accordance with FAR 52.212-2, the Government will issue one BPA to the responsible/responsive offeror(s) whose offer is found to be most advantageous to the Government based on a best value determination. In order to be found technically acceptable, the offeror must be capable of providing vehicle parts and supplies in accordance with the purchasing procedures specified in the Statement of Work. The Contractor shall provide the following information for the Government in order to make a determination of technical acceptability. *Capability Statement � the Contractor must provide a comprehensive capability statement which indicates their understanding of how the purchasing procedure under the BPA will function. This capability statement should demonstrate their expertise in determining thecorrect part for the requested vehicle. In addition, the Contractor must provide written returnand exchange policies, and indicate if Government or other discounts will be offered. The Contractor must also provide a statement to indicate their willingness to work cooperatively with FEMA, MWEOC to keep track of purchase orders and invoices, as well as resolve discrepancies. *References � the Contractor must provide three references to support its� capability to provide various parts and supplies as defined in the Statement of Work. Refences provided may be from other government agencies, sporting organizations, health care facilities or localbusinesses. References shall include a current point of contact and telephone number. The Contractor must also provide a statement that it has not been terminated for default in the past three years. The Government considers the information provided in the Contractor�s capability statement, as well as from references, to be equal importance as the contractor�s pricing information when making a best value determination for award. QUESTIONS - Questions regarding this RFQ are to be submitted to Christopher.Barrow@fema.dhs.gov by 11:00 a.m. on February 26th, 2021. Hand deliveries and/or faxes of questions will not be accepted without prior approval. Additionally, the subject line of your email shall, at a minimum, contain the RFQ number. PROPOSAL SUBMISSION INSTRUCTIONS � The Contractor shall submit an electronic proposal via email to Christopher.Barrow@fema.dhs.gov no later than 11:00 a.m. on March 3rd, 2021. The subject line of emails pertaining to the RFQ shall clearly reference RFQ # 70FA5021A00000001. Total size of email shall not exceed 25 mb due to DHS email restrictions. Hand deliveries and/or faxes of proposals will not be accepted without prior approval. Contractor proposals shall be valid for 120 calendar days after the due date for responses to this RFQ. An email notice of award or acceptance of proposal to the successful offeror(s) shall result in a binding contract without further action by either party. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation. Attachments to Combined Synopsis/Solicitation, DHS, FEMA, RFQ No. 70FA5021A00000001 �ATTACHMENT A � Statement of Work �ATTACHMENT B � List of Provisions and Clauses Applicable to this RFQ �ATTACHMENT C � Pricing Spreadsheet
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fc520133e2204fa0b15a4c880f1a7b30/view)
 
Place of Performance
Address: Mount Weather, VA 20135, USA
Zip Code: 20135
Country: USA
 
Record
SN05922979-F 20210224/210222230108 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.