Kohler Generator and Auto-Transfer Switches NWS

expired opportunity(Expired)
From: Federal Government(Federal)
1305M324Q0166

Basic Details

started - 10 Apr, 2024 (21 days ago)

Start Date

10 Apr, 2024 (21 days ago)
due - 19 Apr, 2024 (12 days ago)

Due Date

19 Apr, 2024 (12 days ago)
Bid Notification

Type

Bid Notification
1305M324Q0166

Identifier

1305M324Q0166
COMMERCE, DEPARTMENT OF

Customer / Agency

COMMERCE, DEPARTMENT OF (13458)NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION (7473)DEPT OF COMMERCE NOAA (7247)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

COMBINED SYNOPSIS/SOLICITATIONPurchase of 9-each Model 12RES-QS11 Kohler 12-Kilowatt Emergency Power Generators and KCS-DFND-0070S Kohler ATS-1500 auto-transfer switches for the National Weather Service (NWS).(i) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.(ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number 1305M324Q0166.(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03 (Feb 2024).(iv) This solicitation is being issued as a total Small Business Set-Aside. The associated NAICS code is 335312. The
small business size standard is 1,250 employees.(v) This combined solicitation/synopsis is for purchase of the following commercial items:BRAND REQUIREMENT: Kohler brand generators and switches are already in use by the National Weather Service (NWS), and all new/replacement units must be fully compatible in form, fit, and function to the existing system. The below specified brand and models are the only units found to fully meet the requirements of the NWS. They have successfully undergone the necessary testing mandated by the Federal Aviation Administration (FAA), and passed all quality control processes.CLIN 0001Purchase of 9-each Model 12RES-QS11 Kohler 12-Kilowatt Emergency Power Generators in accordance with the Statement of Need. Deliver by June 30, 2024. Earlier delivery preferred and accepted.Required delivery lead time if unable to meet June 30, 2024: ______________________Unit Price: __________________ Extended Price (9 total): ___________________CLIN 0002Purchase of 9-each KCS-DFND-0070S Kohler ATS-1500 auto-transfer switches in accordance with the Statement of Need. Deliver by June 30, 2024. Earlier delivery preferred and accepted.Required delivery lead time if unable to meet June 30, 2024: ______________________Unit Price: __________________ Extended Price (9 total): ___________________Aggregate total for all items: _____________________________(vi) Description of requirements is as follows:See attached Statement of Need.INVOICE TO BE BILLED IN ARREARS. QUOTE PRICING MAY BE PROVIDED ON ATTACHED SF18 FORM OR ON COMPANY LETTERHEAD.(vii) Date(s) and place(s) of delivery and acceptance:Deliver by June 30, 2024. Earlier delivery preferred and accepted.Delivery shall be FOB Destination to 2525 14th Ave SE, Ruskin, FL 33570.(viii) FAR provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sept 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment.(ix) FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services (Nov 2021), applies to this acquisition and can be found on the Request for Quote form SF18 attachment.(x) FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Feb 2024), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. Offerors are advised to include a completed copy of the provision with its offer.(xi) FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment.(xii) FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Feb 2024), applies to this acquisition apply can be found in full text on the Request for Quote form SF18 attachment.(xiii) Any additional contract requirement(s) or terms and conditions that apply can be found on the Request for Quote form SF18 attachment.(xiv) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply.(xv) Quotes are required to be received in the contracting office no later than 12:00PM MST/MDT on April 19, 2024. All quotes must be submitted electronically via email to stephanie.mas@noaa.gov.(xvi) Any questions regarding this solicitation should be submitted electronically via email to stephanie.mas@noaa.gov.UTILIZATION OF FEDCONNECT® FOR CONTRACT ADMINISTRATIONThe Department of Commerce will utilize the FedConnect® web portal in administering this award. The contractor must be registered in FedConnect® and have access to the FedConnect® website located at https://www.fedconnect.net/Fedconnect/. For assistance in registering or for other FedConnect® questions please call the FedConnect® Help Desk at (800) 899-6665 or email at support@fedconnect.net. There is no charge for registration in or use of FedConnect®.(End)1352.215-72 Inquiries (Apr 2010)OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO stephanie.mas@noaa.gov. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 12:00pm MST/MDT on Monday, April 15, 2024. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.(End of clause)FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023)NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror.1. Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are required and can be sent to stephanie.mas@noaa.gov.2. Offeror shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote.3. Offerors shall assume that the Government has no prior knowledge of them or their capability.4. Offerors must provide all evaluation criteria in accordance with FAR 52.212-2. Offerors who do not provide all evaluation criteria will not be accepted.1. Specification Sheet.2. Verification of meeting brand requirement.3. Delivery Considerations.4. Price.“THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR’S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT”.FAR 52.212-2 Evaluation- Commercial Products and Commercial Services (Nov 2021)Offers will be evaluated based on price and the factors set forth in paragraph (a).The evaluation will consider the Non-Price Technical Solution (Technical Approach and Past Performance) to be significantly more important than price. However, as quotes are determined to be more equal in the non-price evaluation factor, price becomes more important and may become the determining factor for award. If, at any stage of the evaluation, all vendors are determined to have submitted equal, or virtually equal, Non-Price Technical Solutions, price could become the factor in determining which vendor will receive the award.The Government intends to evaluate the quotes and award a purchase order based on the Offeror’s initial quote; therefore, the Offeror’s initial quote should contain the Offeror’s best terms from a Non-Price Technical Solution and price standpoint.The Government reserves the right not to award a purchase order depending on the quality of the quote(s) submitted and the availability of funds. Furthermore, the Government may waive informalities and minor irregularities or omissions in quotes received.The Government may make award to other than the lowest-priced Offeror or the Offeror with the highest technical rating if the Contracting Officer determines that to do so would result in the best value to the Government. The Government will not make an award at a significantly higher overall price to achieve only slightly superior performance capability.(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.Paragraph (a) is hereby completed as follows: Evaluation will be based on the following;1. Specification Sheet.2. Verification of meeting brand requirement.3. Delivery Considerations.4. Price.The Government intends to award a trade-off, single firm fixed-price purchase order on an all or none basis with payment terms of Net 30.(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).(c) 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)

WESTERN ACQUISITION DIVISION 7600 SAND POINT WAY NE BLDG 1,  SEATTLE , WA 98115  USALocation

Office Address : WESTERN ACQUISITION DIVISION 7600 SAND POINT WAY NE BLDG 1, SEATTLE , WA 98115 USA

Country : United StatesState : WashingtonCity : Seattle

Classification

naicsCode 335312Motor and Generator Manufacturing
pscCode 6115Generators and Generator Sets, Electrical