Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 02, 2017 FBO #5609
MODIFICATION

41 -- Avionics Cooling Unit

Notice Date
3/31/2017
 
Notice Type
Modification/Amendment
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA9302-17-P-K029
 
Archive Date
5/16/2017
 
Point of Contact
Norman G Mackie, Phone: 6612771829, Michele D. Cameron, Phone: 661-277-8436
 
E-Mail Address
norman.mackie@us.af.mil, michele.cameron@us.af.mil
(norman.mackie@us.af.mil, michele.cameron@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number for this acquisition is FA9302-17-P-K029 and is issued as a Request for Quotation (RFQ). (iii) The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 and DFARS Change Notice (DPN) 20161222. (iv) The Product Service Code (PSC) is 4120. The NAICS is 333415 and the business size standard is 1,250 employees. This acquisition is a 100% Small Business Set-aside. (v) Contract Line Item Number(s) (CLINS) Schedule: Item No. Service Description Quantity Unit CLIN0001 Avionics Cooling Unit 1 Ea. (vi) Description of Requirements: The contractor shall provide all materials, labor, equipment, design effort, supervision, and project management necessary to fabricate, deliver and install one (1) complete Avionics Cooling Unit at Building 1030, Edwards Air Force Base, California. See Statement of Work (SOW) for specific details. (vii) See attached SOW for delivery and acceptance information. PLEASE READ THE SOLICITION PROVISION AFFARS 5352.215-9001 NOTICE OF PRE-BID/PRE-PROPOSAL CONFERENCE FOR MANDATORY SITE VISIT INFORMATION. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (JAN 2017), applies to this acquisition. Provisions and clauses can be viewed via internet at the Air Force FAR site, http://farsite.hill.af.mil ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included: Offerors shall submit quotes via email, please note the maximum file size is 5MB. Emails over this file size will not be received. PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: 1. DUNS Number: 2. TIN Number: 3. CAGE Code: 4. Contractor Name : 5. Payment Terms (net 30) or Discount: 6. Point of Contact & Phone Number: 7. Email address: 8. FOB: Destination TECHNICAL CAPABILITY INFORMATION: Provide details of your firm's ability to provide the product offered. This information will be used to determine the technical acceptability of the product offered. Technical Capability information is attached. (ix) The provision at 52.212-2, Evaluation -Commercial Items (OCT 2014) applies to this acquisition. Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.106. The evaluation criteria is: LOWEST PRICE TECHNICALLY ACCEPTABLE. ADDENDUM TO 52.212-2, Evaluation - Commercial Items 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. This is a lowest price technically acceptable RFQ. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement in accordance with the SOW; (ii) price Technical capability is approximately equal when compared to price. To be considered technically acceptable the offeror must submit a complete quote IAW with this RFQ, including the technical capability information under the Addendum to FAR 52.212-1. (x) Offerors must include with their proposal a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (JAN 2017) with their quote, unless this information has been submitted electronically as part of its annual representations and certificates at www.sam.gov (xi) The clause 52.212-4, Contract Terms and conditions - Commercial Items (JAN 2017), applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (JAN 2017), applies to this acquisition. (xiii) This acquisition will contracted in accordance with the provisions set forth in FAR Parts 12 and 13. See the attached provisions and clauses that are contemplated for this solicitation; the final list of clauses is dependent upon actual dollar value of the contract award and may change from the list provided below. Full text clauses can be accessed via http://farsite.af.mil/vffara.htm (xiv) The Defense Priorities and Allocations System (DPAS) assigned rating for this acquisition is: Not applicable (xv) Responses to this solicitation are to be submitted electronically by 1 May 2017, 12:00 PM Pacific Standard Time. (xvi) Responses are to be submitted to Mr. Norman Mackie via e-mail at norman.mackie@us.af.mil, to Mr. Falilou Diouck at falilou.diouck@us.af.mi, and to Ms. Michele Cameron at michele.cameron@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9302-17-P-K029/listing.html)
 
Place of Performance
Address: Benechoic Anechoic Facility, Building 1030, 30 Hoglan Avenue, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN04455865-W 20170402/170331234852-06a16ee7bd9199a67e45cee6207c6d20 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.