Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
MODIFICATION

V -- Tanker Office Moving Services

Notice Date
4/1/2020 3:07:04 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
FA8601 AFLCMC PZIO WRIGHT PATTERSON AFB OH 45433-5344 USA
 
ZIP Code
45433-5344
 
Solicitation Number
FA8601-20-Q-0060
 
Response Due
4/22/2020 12:00:00 PM
 
Archive Date
05/07/2020
 
Point of Contact
SSgt Paul Denton, Phone: 9375224550
 
E-Mail Address
paul.denton.6@us.af.mil
(paul.denton.6@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION � This combined synopsis/solicitation is expected to result in the award of a firm-fixed-price contract for Tanker Moving Services as described under the requirements section of this combined synopsis/solicitation and accompanying requirements attachment. This combined synopsis/solicitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) Fac 2020-04, effective 15 January 2018; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20191231, effective 31 December 2019; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2019-1001, effective 3 October 2019. This announcement constitutes the combined synopsis/solicitation; proposals are being requested and a written solicitation will not be issued. An award, if any, will be made to the lowest priced technically acceptable Offeror who submits a proposal that: 1.� Conforms to the requirements of the combined synopsis/solicitation. 2.� Receives a rating of �Acceptable� on the Technical Capability evaluation factor. 3.� Contains the lowest total evaluated price (TEP), provided that TEP is not unbalanced and is fair and reasonable. The combined synopsis/solicitation number for this requirement is FA8601-20-Q-0068 and is hereby issued as a Request for Proposal (RFP) using FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. The associated North American Industrial Classification System (NAICS) code is 484210 with a small business size standard of $30 Million. This acquisition is set-aside 100% for Small Business Concerns and only qualified offerors may submit proposals. The Non Manufacturer Rule does NOT apply. � NAICS Code: 484210 - Used Household and Office Goods Moving � Small Business Size Standard: �$30 Million � The TEP consists of these Contract Line Items Number (CLIN), which should be structured as follows: CLIN 0001- Moving Services � Acceptable means of Submission:� All submissions must be submitted electronically to the following email address paul.denton.6@us.af.mil by 22 April 2020 3:00 P.M. EST. Any correspondence sent via e-mail must contain the subject line �FA8601-20-Q-0060, Tanker Moving Services.� The entire proposal must be contained in a single e-mail, unless otherwise approved, and must not exceed 5 megabytes, including attachments.� E-mails with compressed files will not be accepted.� Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files).� Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson.� If sending attachments with email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent.� The email filter may delete any other form of attachments.� Submittal of proposals in response to this combined synopsis/solicitation constitutes agreement by the Offeror to all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract.� It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet website http://acquisition.gov.� The Government reserves the right to award without discussions or make no award depending upon the quality, price fairness, and price reasonableness of the proposals received.� � Period of Performance:� ���������������������� 45 days ����������������������������������������������������������� Due to the COVID-19 outbreak the period of performance is subject to change. This requirement is a part of a larger acquisition and is also subject to its� delays. Any changes in the period of performance will be made in writing by the Contracting Officer. Delivery Destinations:������������������������� 2590 Loop Road West Building 558 Wright Patterson AFB, OH 45433 To 3000 Presidential Dr, Fairborn OH, 45324 Delivery Type:� FOB Destination (As defined in FAR 2.101�Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) Inspection and Acceptance:� Both inspection and acceptance will be by the Government at Destination. The anticipated award is Firm-Fixed Price. The Government will award a contract resulting from this combined synopsis/solicitation to the responsible Offeror whose offer conforms to the combined synopsis/solicitation and is most advantageous to the Government, price and other factors considered.� Technical Capability and Price will be used to evaluate all offers. � The proposals may be in any format but MUST include: � 1.� Proposing company�s name, address, DUNS number, Cage Code, and TIN. 2.� Point of contact�s name, phone, and email. 3.� Proposal number & date. 4. �Timeframe that the proposal is valid. 5.� Individual item price. 6.� Total price (Net 30), No Progress Payments. 7.� Shipping (FOB Destination). 8.� Delivery Schedule. 9.� Completed copy of representations and certifications (Attachment 2) � Important Notice to Contractors:� Proposals MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements outlined in the Statement of Work (Attachment 1).� The Contracting Officer will review proposal based on the factors listed in this combined synopsis/solicitation and the information furnished by the Offeror.� Before price is considered, the proposal must meet the technical specifications of this combined synopsis/solicitation. � Important Notice to Contractors:� All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract.� SAM can be accessed at https://www.sam.gov.� Any award resulting from this combined synopsis/solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests.� Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form.� Wide Area Workflow � Receipt and Acceptance (WAWF � RA) is the DoD system of choice for implementing this statutory requirement.� Use of the basic system is at no cost to the contractor.� Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com.� Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. ADDITIONAL INSTRUCTIONS TO OFFERORS The following paragraphs in the provision at FAR 52.212-1-Instructions to Offerors-Commercial Items are tailored as follows: (a)��� North American Industry Classification System (NAICS) code and small business size standard are as specified above. (b)�� Submission of offers is as prescribed in the text of this combined synopsis/solicitation. Proposal Content:� Proposals shall consist of two separate parts, a technical proposal and a price proposal.� Length of the proposal shall not exceed ten (10) typed pages. Proposal Detail:� The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims.� The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements.� Offerors 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 offer submitted. Embellishments Not Desired:� Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired.� Technical Proposal:� Describe how the offeror will provide for the Tanker Moving Services as described in the SOW. � CLIN 0001 and Provisions and Clauses can be found in Attachment 3. � Attachments: Statement of Work Offers Reps and Certs CLIN, Provisions and Clauses Please direct all questions to SSgt Paul Denton, paul.denton.6@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3c81cfb5a66c4ceb8006323f19907a2d/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN05606745-F 20200403/200401230141 (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  © 1994-2020, Loren Data Corp.