Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

58 -- SVTC Classroom 8 - Maxwell AFB

Notice Date
9/15/2020 5:14:00 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
FA3300 42 CONS CC MAXWELL AFB AL 36112-6334 USA
 
ZIP Code
36112-6334
 
Solicitation Number
FA330020Q8982
 
Response Due
9/21/2020 10:00:00 AM
 
Archive Date
10/06/2020
 
Point of Contact
Brandon Osborne, Phone: 3349537835, Fax: 3349532198, Jeremy B. Kersey, Phone: 3349534074, Fax: 3349533543
 
E-Mail Address
brandon.osborne.6@us.af.mil, jeremy.kersey@maxwell.af.mil
(brandon.osborne.6@us.af.mil, jeremy.kersey@maxwell.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
GENERAL INFORMATION The LeMay Center Building 1400A, Room 330 401 Chennault Circle Maxwell AFB, AL 36112, has a requirement to purchase items 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 (F2XHC60108AW03). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2020-06 and the DPN 20200324. A Firm Fixed Priced Award will be made IAW the following: NAICS Code:� 334210; size standard:� 1,250 employees IMPORTANT NOTES: THE GOVERNMENT IS SOLICITING OPEN MARKET QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES OR OTHER GOVERNMENT WIDE AREA CONTRACT QUOTES WILL NOT BE CONSIDERED. ALL PRODUCTS MUST BE NEW; NO REFURBISHED OR USED ITEMS WILL BE ACCEPTED. THIS IS A 100% SMALL BUSINESS SET-ASIDE AND ONLY OFFERS FROM SMALL BUSINESSES WILL BE ACCEPTED. NATURE OF ACQUISITON: The LeMay Center located on Maxwell AFB, AL has a requirement to purchase the below listed items outlined in CLINS 0001 - 0002. This procurement will be awarded under FAR Part 13 Simplified Acquisition Procedures.� All inquiries/ responses to this notice must be received by Monday, 21 Sept 2020 at 12:00 PM CST. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following items:�� CLIN 0001: SVTC Suite IAW SOR Para 3.1.1 � 3.1.2 - Quantity 1 (EA) CLIN 0002: Installation and Integration IAW SOR Para 4.0 � 5.0 - Quantity 1 (EA) DELIVERY INFORMATION Delivery Address: LeMay Center Building 1400A, Room 330 401 Chennault Circle Maxwell AFB, AL 36112 Shipping will be FOB Destination ATTACHMENTS: Attachment 1 - Statement of Requirements Attachment 2 - Clauses and Provisions QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein.� Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. a. This will be a firm-fixed solicitation issued on a competitive basis. To assure timely and equitable evaluation of quote, contractors must follow the instructions contained herein. Failure to meet a requirement may result in an offeror being ineligible for award. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. b. Manufacturer Specifications: Offeror�s shall provide detailed manufacturer specifications that clearly meet the minimum requirements for each piece of equipment outlined in the Description of Supplies or Services for CLIN�s 0001 - 0002 in accordance with the attached Statement of Requirement. 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. c. PROJECT MILESTONE PLAN (PMP):� 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: Product Installation:� � � � � � � � � � � � � � � � � � � Total # Days Until Contract Completion d. 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.� e. Interested parties capable of providing the requirement must include discount terms, tax identification number, cage code, and DUNS. f. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Systems for Award Management database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220. g. Responses to this notice shall be provided in writing via e-mail to Brandon Osborne, (334) 953-7835, brandon.osborne.6@us.af.mil, or Jeremy Kersey, (334) 953-3526, jeremy.kersey.1@us.af.mil. Monday, 21 Sept 2020 at 12:00 PM CST. BASIS FOR AWARD Award will be made to the lowest priced technically acceptable offeror. For quotes determined technically acceptable, a best value selection will be based on price. 1. Technical Acceptability: Initially, the Government shall evaluate each offer�s quote, as it pertains to the following criteria, on a pass/fail basis, by assigning ratings of Acceptable (clearly meets minimum requirements) or Unacceptable (does not clearly meet minimum requirements). a. Manufacturer Specs: The offeror provided manufacturer specifications shall be evaluated to determine that the proposed products clearly meet the minimum requirements for each piece of equipment outlined in the Description of Supplies or Services for CLIN�s 0001-0002 in accordance with the attached Statement of Requirement. 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. AFFARS CLAUSES IN FULL TEXT CLAUSE NO:� � � � � � � � � � � � � � � � � � � � � � � � �CLAUSE TITLE:� � � � � � � � � � � � � � � � � � YEAR- MO:� � � SECTION: 5352.201-9101 ������������������������������������������� Ombudsman �������������� ����������������������� 2019-12 ��������� 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/6ca5dd35a6b14e779556e3912b5e2ded/view)
 
Place of Performance
Address: Montgomery, MA 36112, USA
Zip Code: 36112
Country: USA
 
Record
SN05798276-F 20200917/200915230155 (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.