Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2019 SAM #6580
SOLICITATION NOTICE

R -- Conference Room A/V Upgrade

Notice Date
12/3/2019 12:34:12 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
FA4452 763 SCONS PKP SCOTT AFB IL 62225 USA
 
ZIP Code
62225
 
Solicitation Number
FA445220Q0003
 
Response Due
12/19/2019 7:00:00 AM
 
Archive Date
01/03/2020
 
Point of Contact
James Mullis, Phone: 9103969422, Marc A. Lopez, Phone: 9103943396
 
E-Mail Address
james.mullis.3@us.af.mil, marc.lopez.2@us.af.mil
(james.mullis.3@us.af.mil, marc.lopez.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The 763d Specialized Contracting Squadron, Operating Location Pope Army Air Field, Pope Army Air Field, NC intends to solicit and award a firm-fixed price contract as a result of this solicitation for providing and installing Audio Visual Equipment located in the 18 ASOG Conference Room. This is a combined synopsis and serves as a request for quotation (RFQ). No other solicitation will be issued for this requirement. All FAR references are based off of FAC 2019-03, Effective 12 July 2019.This solicitation is issued under RFQ number FA445220Q0003. The North American Industry Classification (NAICS) code for this acquisition is 423690, with a small business size standard of 250 employees. This solicitation, and any resulting award, is being conducted as a 100% Small Business Set-Aside, pursuant to FAR 19.5. Please identify your business size in your response based upon this standard.A list of the items to be acquired are attached.Addendum to 52.212-1 -- Instructions to Offerors -- Commercial Items.THIS SECTION IS FOR SOLICITATION PURPOSES ONLY. THIS SECTION WILL BEPHYSICALLY REMOVED FROM ANY RESULTANT AWARD, BUT WILL BE DEEMEDINCORPORATED BY REFERENCE INTO ANY RESULTANT CONTRACT.Relationship between 52.212-1, Instructions to Offerors and Basis for AwardYour attention is directed to the functional relationship between FAR 52.212-1, Instructions to Offerors -Commercial Items and the Basis for Award. FAR 52.212-1 provides information for the purpose of organizing and submitting an offer and is not intended to be all-inclusive. The Basis for Award describes evaluation factors and the basis of award, to include the evaluation procedures for responsiveness to the solicitation, as well as the evaluation of both price and non-price factors.OFFER PREPARATION INSTRUCTIONSOffer Preparation Instructions- This section of the instructions to offeror prescribes the format of the offer. The offeror is required to thoroughly read the Statement of Work, attachment two (2), and submit documentation in accordance with this solicitation. Offerors shall submit a clear and complete offer, and include only information that is relevant to this acquisition. Complete CLIN 0001 in the table below and submit the offer by the closing date. The offeror shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offerThe government has planned a site visit on 10 December 2019 at 1000 EST. Please contact MSgt J.R. Mullis, 910-396-9422 or email james.mullis.3@us.af.mil for location and information on gaining access to Pope Army Air Field. System for Award Management (SAM): Paragraph (k) of 52.212-1 is revised as follows: By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to the date and time the offer is submitted to the Government, during performance and through final payment of any contract resulting from this solicitation. The offeror may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. Period of Acceptance of Offers: Paragraph 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: “The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of Offers.” Questions/Inquiries: The contracting officer listed below is the Government’s sole point of contact for this acquisition. If necessary, all questions, request for clarifications and/or information concerning this solicitation shall be received in writing by email at the following email addresses no later than Monday 16 December 2019, 10AM EST. If no questions are submitted, the Government will assume that the offeror fully understand all requirements of this notice. Emails must be received by the Contracting Officer: MSgt J.R. Mullis, james.mullis.3@us.af.mil and Marc Lopez, marc.lopez.2@us.af.mil on the date and time specified above Offer Submission/Delivery. Request for offers are required and shall be received via email. Offers shall be received in writing by the following: Contracting Officer, MSgt J.R. Mullis james.mullis.3@us.af.mil AND Contracting Officer, Marc Lopez marc.lopez.2@us.af.mil no later than Thursday 19 December 2019, 10:00 PM EST. Offer Format: All files submitted in response to this solicitation shall be submitted as a Microsoft Word (.doc) or Adobe PDF (.pdf) file Microsoft Excel (.xls) file as applicable. Electronic Submission is required. Email Format: The subject line of all emails that comprise the offer shall be formatted as follows: Subject: FA445220Q0003/Company Name/Email X of X (insert number of the email and total number of emails). Amendment Acknowledgement. The Government reserves the right to revise or amend the solicitation and attachments prior to the offer closing time. If such amendments require material changes in quantities or prices, the offer closing date may be postponed by enough days to enable offeror to revise their offers. In such cases, the amendment will include an announcement of the new closing date and time. The offeror MUST acknowledge all amendments issued. Sign, acknowledge, and submit the original amendment for all amendments issued with the Offer.Offer Requirments. The following information shall be included with each offer: The name, address, telephone number, and email address of the offering firm’s point of contact Remittance Address, if different from the offeror’s address Discount Terms (for payments prior to Net 30, if applicable) CAGE Code and DUNS number Offer should include brand names and part number of proposed products Price. The offeror shall submit a firm-fixed price offer for the entire requirement. A partial offer will not be accepted. The offeror shall provide both the unit price and extended amount (total price) in their offer, as seen below. CLIN 0001QtyUnitUnit PriceExtended AmountVTC System1Each$$Video Wall (option)1Each$$BASIS FOR AWARD The award will be based on the best value to the government, considering price and technical capability.NUMBER OF CONTRACTS TO BE AWARDEDThe Government intends to award one (1) Firm-Fixed-Price contract.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2ee8ad9c318c4d729e9b3c5982e54a97/view)
 
Place of Performance
Address: NC-02, NC 28308, USA
Zip Code: 28308
Country: USA
 
Record
SN05507305-F 20191205/191204050231 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.