Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 11, 2019 SAM #6586
SOLICITATION NOTICE

H -- Repair and Service of WesTest PRCA/ARI Test Consoles and Associated Support Equipment

Notice Date
12/9/2019 1:24:12 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
FA8200 AFSC PZ PK HILL AFB UT 84056 USA
 
ZIP Code
84056
 
Solicitation Number
FA8224-20-R-7640
 
Response Due
12/23/2019 12:00:00 PM
 
Archive Date
01/07/2020
 
Point of Contact
William Weiss, Phone: 8017775326, Daniel Brock, Phone: 8017755306
 
E-Mail Address
william.weiss.1@us.af.mil, daniel.brock.5@us.af.mil
(william.weiss.1@us.af.mil, daniel.brock.5@us.af.mil)
 
Description
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.Solicitation number FA8224-20-R-7640 is issued as a request for quote (RFQ) and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-01 and its supplements.This acquisition is NOT a Small-Business Set-Aside under NAICS code 511210 with small business size standard of $38.5M and Federal Supply Code H270. The requirement calls for the contractor to provide all management, tools, supplies, equipment and labor necessary to deliver the CDRLs listed in the Purchase Description (see Attachment 8).The Government intends to award this acquisition as a sole source to WesTest Engineering Corporation. See Attachment 8, Sole Source Justification.Selection of awardee will include price analysis to determine price fair and reasonable.REQUEST FOR QUOTEThe Government requests that the vendor submit a quote with line items for each CDRL, meaning 7 separate line items. Contractor format for quote submission is acceptable.QUESTION SUBMISSONAll questions or comments must be sent to Will Weiss and Daniel Brock via email at william.weiss.1@us.af.mil and daniel.brock.5@us.af.mil NLT 1300 MST, 13 December 2019. It is the Contractor's responsibility to ensure that questions are received by the Contracting Department within the required timeframe. Answers to questions will be provided to all offerors on FedBizOpps.gov under this solicitation on a separate attachment. Any questions received after the time and date listed above will not be addressed.QUOTE SUBMISSONOffer is due by 1500 MST, 23 December 2019 via email to the POCs above. Contractor format is acceptable. Quote should include 7 line items, one for each CDRLCLIN STRUCTUREThe Government intends to have 2 CLIN structure with 7 subCLINs under each CLIN for the purposes of allowing the Contractor to bill for each CDRL as it is submitted and as it is approved. CLINs 0001 and 0002 will have 7 subCLINs, one each for each CDRL. CLIN 0001 will allow invoicing for half of each CDRL value when the CDRL is submitted to the Government. CLIN 0002 will allow invoicing for half of each CDRL value when the CDRL has been accepted by the Government.DELIVERY DATEThe Government anticipates a 6-month Delivery Period for the initial submission of all CDRLs. It further anticipates an additional 2-3 months for the Government to review, request remedy, and accept the CDRLs. The Government anticipates a total Delivery Period for full acceptance of 9 months.ATTACHMENTS Attachments 1-7: CDRLs A001 - A007 Attachment 8: Purchase Description dtd 21NOV2019 Attachment 9: Sole Source JustificationFOB: DestinationDELIVERY SCHEDULE: Delivery of containers expected within two weeks of contract award.**Please refer to Attachment "WesTest CDRL Synopsis_Solicitation" for applicable Clauses and Provisions**All prospective offerors must obtain a DUNS number, have an "active" Cage Code, and maintain Online Representations and Certifications Application at https://www.sam.gov/portal/public/SAM/ in order to transact business with the Government. Failure to comply with the above mentioned regulations will result in an award to the next otherwise successful registered offeror.All offers must be e-mailed to the POCs noted in this notice on or before the closing date and time posted in this notice. Fax copies will not be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/eda449f8b81b48d0b034814afbc3f243/view)
 
Place of Performance
Address: UT-01, UT 84056, USA
Zip Code: 84056
Country: USA
 
Record
SN05511848-F 20191211/191209230248 (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.