Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 12, 2020 SAM #6862
SOLICITATION NOTICE

70 -- FY20_PKA_DIGITAL DEVICE(LAPTOP)

Notice Date
9/10/2020 7:46:27 AM
 
Notice Type
Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
FA3300 42 CONS CC MAXWELL AFB AL 36112-6334 USA
 
ZIP Code
36112-6334
 
Solicitation Number
FA330020Q4408
 
Response Due
9/13/2020 10:00:00 PM
 
Archive Date
09/29/2020
 
Point of Contact
Katrice Perry, Phone: 3349530530, Jeremy B. Kersey, Phone: 3349533526, Fax: 3349532198
 
E-Mail Address
Katrice.perry.5@us.af.mil, jeremy.kersey.1@us.af.mil
(Katrice.perry.5@us.af.mil, jeremy.kersey.1@us.af.mil)
 
Description
GENERAL INFORMATION LeMay Center/SDR at Maxwell AL 36112-6334, has a requirement to purchase Digital Devices (convertible laptops) as described in this document in accordance with (IAW) the attached Statement of Requirements (SOR). This is a combined synopsis/ solicitation for commercial items prepared IAW 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. This requirement is issued as a Request for Quote (RFQ) (Reference-Number (F2XHC60111AW02). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2020-07, Air Force Acquisition Circular (AFAC) 2019-1001, and the DPN 20200324. A Firm Fixed Priced Award will be made IAW the following: NAICS Code:� 334111; Size Standard:� 1250 EMP IMPORTANT NOTES: THE GOVERNMENT IS SOLICITING FOR �OPEN MARKET� QUOTES ONLY.� GENERAL SERVICES ADMINISTRATION (GSA) QUOTES, OR OTHER GOVERNMENT-WIDE ACQUISITION CONTRACTS (GWAC) QUOTES, WILL NOT BE CONSIDERED. ALL PRODUCTS/ LICENSES MUST BE NEW: NO USED/ REFURBISHED �ITEMS WILL BE ACCEPTED. THIS IS A 100% SMALL BUSINESS SET-ASIDE AND ONLY OFFERS FROM SMALL BUSINESSES WILL BE ACCEPTED. NATURE OF ACQUISITON: LeMay Center/SDR, located on Maxwell AFB, AL has a requirement to purchase the below listed items outlined in CLIN 0001. This procurement will be awarded under FAR Part 13 Simplified Acquisition Procedures.� All inquiries/ responses to this notice must be received by Monday, September 14, at 1:00 PM CDT. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following items:�� CLIN 0001: DIGITAL DEVICES IAW attached SOR paragraph 1.� QTY: 45 EA DELIVERY INFORMATION LeMay Center 50 S.Turner Blvd Maxwell AFB, AL 36112 ATTACHMENTS: Attachment 1 - Statement of Requirements (SOR) Attachment 2 - Clauses and Provisions QUOTATION PREPARATION INSTRUCTIONS 1. The offeror must submit a dated quote with unit prices and extended prices in response to this solicitation. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Failure to do so may result in an offer being determined non-responsive. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. 2. Offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers. Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will be considered late and handled in accordance with FAR 52.212-1(f). 3. Manufacturer Specifications: Offerors shall provide detailed manufacturer specifications that clearly meet the minimum requirements for each piece of equipment outlined in the Schedule of Supplies/Services for CLIN�s 0001 IAW the attached SOR para 1. Manufacturer specifications (i.e. product information, brochures) must be included to clearly corroborate how all minimum requirements would be met by the offeror's quote. 4. PROJECT MILESTONE PLAN (PMP):� GSA offeror�s shall provide a PMP that establishes a timeline from issuance of the contract to the location identified in this solicitation.� The exact format and content of the PMP is at the offeror�s discretion, but it shall be expressed in terms of �days after contract� and include, at a minimum, a timeline for: Description Days After Contract Product Ordering Product Delivery Total # Days Until Contract Completion 5. IAW 52.212-3, the offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision, including the additions to (c) (11) at 52.212-3, Alternate I. 6. If any products offered are not a domestic, qualifying country, or designated country end product IAW DFARS 252.225-7001 (Buy American and Balance of Payments Program), offerors are required to submit a completed copy of the DFARS 252.225-7000 (Buy American--Balance of Payments Program Certificate) certification, from SAM, with their quote. 7. Offerors must complete and return with quote the provisions 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and 52.204-26, Covered Telecommunications Equipment or Services-Representation.� 8. Interested parties capable of providing the requirement must include discount terms, if applicable, tax identification number, cage code, and DUNS. 9. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Systems for Award Management (SAM) database, no exceptions. To register, please visit http://www.sam.gov or call1-866-606-8220.5. 10. Quotation responses to this notice shall be provided in writing via e-mail to both of following points of contact no later than Monday, September 14, 2020 at 1:00 PM CDT: Katrice Perry Contract Specialist Phone: 334-953-0530 Email: katrice.perry.5@us.af.mil Jeremy Kersey Contracting Officer Phone: 334-953-3526 Email: jeremy.kersey.1@us.af.mil BASIS FOR AWARD This will be a competitive best value acquisition utilizing FAR 13, Simplified Acquisition Procedures. Award will be based on technical acceptability and price. For quotes determined technically acceptable, a best value selection will be based on price. Technical Acceptability: Initially, the Government shall evaluate each offer�s quote, as it pertains to the following sub-factor, on a pass/fail basis, by assigning ratings of Acceptable (clearly meets minimum requirements) or Unacceptable (does not clearly meet minimum requirements): Manufacturer Specifications: Offeror�s provided detailed manufacturer specifications shall be evaluated to determine they clearly meet the minimum requirements for each piece of equipment outlined in the Schedule of Supplies/Services for CLIN�s 0001 in accordance with the attached Statement of Requirement para 1. Manufacturer specifications (i.e. product information, brochures) must be included to clearly corroborate how all minimum requirements would be met by the offeror's quote. 2. Price. The Government may use any of the following price analysis techniques IAW FAR 13.106-3(a) to determine price reasonableness: competitive quotes, comparison of the proposed price with prices found reasonable on previous purchases, a comparison with similar items in a related industry, comparison to an independent Government estimate, or any other reasonable basis. ATTACHMENTS: Attachment 1 - Statement of Requirements (SOR) Attachment 2 - Clauses and Provisions AFFARS CLAUSES IN FULL TEXT CLAUSE NO ALT NO/ DEV NO CLAUSE TITLE YEAR- MO SECTION 5352.201-9101 ������������������������������������������� Ombudsman �� ����������� ����������������������� 2019-10 ��������� SEC I ""(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official.� Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes.� The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution.� Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman,� Primary: Mr. David E. Jones, Deputy Director of Contracting, AFICC/KT, Telephone Numbers: (210) 652-1722 (DSN:487-1722); or Alternate: Mr. Todd S. Joyner, Chief, Clearance & Program Support Division, Telephone Number: (210) 652-7075 (DSN:487-7075). Address: 2035 First Street West, JBSA Randolph TX 78150-4304. E-mail Addresses: david.jones.3@us.af.mil and todd.joyner@us.af.mil.� Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer."" (End of clause)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d6de2687f6484bb8967d9d06ec5a1385/view)
 
Place of Performance
Address: Montgomery, AL 36112, USA
Zip Code: 36112
Country: USA
 
Record
SN05793823-F 20200912/200910230152 (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.