Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 21, 2020 SAM #6779
SOLICITATION NOTICE

56 -- Concrete and Base Course Materials

Notice Date
6/19/2020 5:31:54 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423390 — Other Construction Material Merchant Wholesalers
 
Contracting Office
FA5004 354 CONS PK EIELSON AFB AK 99702-2200 USA
 
ZIP Code
99702-2200
 
Solicitation Number
FA500420Q00360001
 
Response Due
6/26/2020 3:00:00 PM
 
Archive Date
07/11/2020
 
Point of Contact
Alexander D. Shives, Phone: 9073771123, Marcus Olearnick, Phone: 9073775080
 
E-Mail Address
alexander.shives@us.af.mil, marcus.olearnick@us.af.mil
(alexander.shives@us.af.mil, marcus.olearnick@us.af.mil)
 
Description
COMBINED SYNOPSIS/SOLICIATION �COMBO� Eielson AFB RHS Concrete and Base Course 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; quotes are being requested and a written solicitation will not be issued. Solicitation FA500420Q0036 is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05, effective 30 Mar 2020. The DFARS provisions and clauses are those in effect to DPN 20200408 effective 8 Apr 2020. The AFFARS provisions and clauses are those in effect to AFAC 2019� 1001, effective 1 Oct 2019. The government intends to award a firm-fixed price contract for the following: PLEASE SEE ATTACHMENT. Delivery shall be FOB Destination. All items shall be delivered to: Eielson Air Force Base, Alaska 99702 FAR 52.212-1 Instructions to Offerors -- (a)� North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 100 employees. ����� (b)� Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show� ���������� (1)� The solicitation number; ���������� (2)� The time specified in the solicitation for receipt of offers; ���������� (3)� The name, address, and telephone number of the offeror; ���������� (4)� A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; ���������� (5)� Terms of any express warranty; ���� �����(6)� Price and any discount terms; ���������� (7)� �Remit to� address, if different than mailing address; ���������� (8)� A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); ���������� (9)� Acknowledgment of Solicitation Amendments; ���������� (10)� Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and ���������� (11)� If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. ����� (c)� Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. ����� (d)� Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender�s request and expense, unless they are destroyed during preaward testing. ����� (e)� Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with subpart� 4.10 of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. ����� (f)� Late submissions, modifications, revisions, and withdrawals of offers. �(1)� Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below: The Government will award a contract resulting from this solicitation to the responsible vendors whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Technical acceptability Price Price and technical acceptability will be considered. The Government intends to evaluate quotes and award without discussion, but reserves the right to conduct discussions. Therefore, the vendor�s initial quote should contain the vendor�s best terms from a price and technical standpoint. The lowest priced quote will be evaluated for technical acceptability. If the quote is found technically acceptable, award will be made without further consideration. If it is found technically unacceptable, the Government will evaluate the next lowest quote for technical acceptability until award can be made to the lowest priced technically acceptable vendor. Therefore, the vendor�s initial quote should contain the vendor�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. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. This will be a lowest price technically acceptable purchase. Technical acceptability � at a minimum, is defined as meeting the following criteria: Minimum Qualifications: Contractor must be able to provide the products/services in accordance with this solicitation and all attachments. A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote�s specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Nov 2017), are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. The clause at FAR 52.212-4, Contract Terms and Conditions � Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders � Commercial Items (Nov 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition: No Defense Priorities and Allocations System (DPAS) assigned rating applies to this acquisition. Quotes are due no later than 2PM Alaska Standard Time on 26 June 2020. BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable quote. Quotes or questions shall be submitted electronically via e-mail to A1C Alexander Shives at alexander.shives@us.af.mil & SrA Marcus Olearnick at marcus.olearnick@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7bf2cb1d2ad44daf972ffe8044029d3a/view)
 
Place of Performance
Address: Eielson AFB, AK 99702, USA
Zip Code: 99702
Country: USA
 
Record
SN05697210-F 20200621/200622142805 (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.