Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
SOLICITATION NOTICE

62 -- LED Lighting - Attachments

Notice Date
9/12/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, Arizona, 85707-3522
 
ZIP Code
85707-3522
 
Solicitation Number
FA4877-17-Q-331A
 
Archive Date
10/3/2017
 
Point of Contact
Derek Berry, Phone: 5202285612, Natalie Collins, Phone: 520-228-3582
 
E-Mail Address
derek.berry.1@us.af.mil, natalie.collins@us.af.mil
(derek.berry.1@us.af.mil, natalie.collins@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 5 UFC 3-530-1 Attachment 4 Clauses and Provisions Attachment 3 SOW BLDG 7713 Attachment 2 SOW BLDG 7328 Attachment 1 CLIN Pricing Schedule COMBINED SYNOPSIS/SOLICIATION ‘COMBO': LED Lighting (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) Solicitation FA4877-17-Q-331A is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 effective 19 January 2017. The DFARS provisions and clauses are those in effect to DPN 20161222 effective 22 December 2016. The AFFARS provisions and clauses are those in effect to AFAC 2017-0127 effective 27 January 2017. (iv) This is a small business set-aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 334413 with a small business size standard of 1250 employees. (v) The Pricing Schedule is incorporated as Attachment 1. Offerors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo. (vi) The government intends to award a firm-fixed price contract for the following: CLIN 0001: Contractor shall remove 135 each 2 X 4 recessed troffer light fixtures, and supply and install 135 LED 2 X 4 recessed troffer fixtures, 9 of which shall include emergency battery back-up function. Contractor shall remove 19 each 1 X 4 recessed troffer light fixtures, and supply and install 19 LED 1 X 4 light fixtures. Contractor shall remove 15 exterior recessed downlights (can lights), and supply and install 15, exterior use, LED recessed downlights. Install all new LED recessed troffer lights and recessed downlights in accordance with the specifications listed in section 1 of the Statement of Work. Building 7328 on Davis Monthan AFB, Tucson Arizona. CLIN 0002: Contractor shall remove 65 each 2 X 4 recessed troffer light fixtures, and supply and install 65 LED 2 X 4 recessed troffer fixtures. Contractor shall remove 8 surface-mount 1 X 4 light fixtures, and supply and install 6 LED 1 X 4 surface mount light fixtures. Install all new LED recessed troffer lights and surface-mount LED fixtures in accordance with the specifications listed in section 1 of the Statement of Work. Building 7713 on Davis Monthan AFB, Tucson Arizona (vii) Delivery of Lights shall be FOB Destination. All light delivery and installation must be coordinated with the designated AMARG point of contact. (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jul 2013) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda: 1. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. 2. Specific Instructions: The response shall consist of two (2) separate parts: Part I - Technical Acceptability and Part II - Price Proposal. a. PART 1- TECHNICAL CAPABILITY - Submit one (1) copy of a. Technical capability narrative, limit to 10 pages. b. Manufacturers Technical Data and/or Cut sheet c. LM-79 Report IAW UFC 3-530-01 d. LM-80 Report IAW UFC 3-530-01 e. TM-21 Report IAW UFC 3-530-01 f. Warranty Data g. Photometric Plan IAW UFC 3-530-01 b. PART 2- PRICE - Submit one (1) copy of price schedule. Any additional documentation is limited to 10 pages. 3. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the lowest price technically acceptable. Technical Acceptability, at a minimum, is defined as meeting all of the criteria in specifications listed in Attachments 2 and 3 (Statements of Work). Price and technical acceptability will be considered. The Government intends to evaluate offers and award without discussion, but reserves the right to conduct discussions. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (xiv) NOTICE TO ALL INTERESTED PARTIES: Questions are due in writing NLT Thursday, 14 September, 2017 at 12:00PM Pacific Standard Time. Questions shall be submitted to Derek Berry via email: derek.berry.1@us.af.mil or Natalie Collins via email: Natalie.Collins@us.af.mil. An amendment will be issued addressing all questions received, providing the Government's answers. Quotes are due no later than 10:00AM Pacific Standard Time on Monday 18 September 2017; quotes shall include the following: a. Part 1- Technical Acceptability - Submit one (1) copy of technical capability narrative, limit to 10 pages. b. Part 2- Price - Submit one (1) copy of price schedule any additional documentation is limited to 10 pages. c. Part 3- Representations And Certifications (Reps/Certs) - Submit IAW para (x) above BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable offer. (xv) Quotations shall be submitted to Derek Berry and Natalie via email derek.berry.1@us.af.mil and natalie.collins@us.af.mil. For information regarding this solicitation, contact Derek Berry at (520) 228-5612. CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTS Atch #: Item Description: 1 Pricing Schedule 2 Statement of Work 7328 3 Statement of Work 7713 4 Clauses & Provisions 5 UFC 3-530-01
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/355CONS/FA4877-17-Q-331A/listing.html)
 
Place of Performance
Address: Davis Monthan AFB, Tucson, Arizona, 85707, United States
Zip Code: 85707
 
Record
SN04672140-W 20170914/170912231344-8d4926ccfab74c46024211afb53f4a9d (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  © 1994-2020, Loren Data Corp.