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

84 -- Plate Carriers

Notice Date
9/15/2020 4:12:03 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315990 — Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
FA3300 42 CONS CC MAXWELL AFB AL 36112-6334 USA
 
ZIP Code
36112-6334
 
Solicitation Number
F2X3B20211AW06
 
Response Due
9/22/2020 12:00:00 PM
 
Archive Date
10/07/2020
 
Point of Contact
Randal Rose, Phone: 3349536170, Jeremy Kersey, Phone: 3349533526
 
E-Mail Address
randal.rose@us.af.mil, jeremy.kersey.1@us.af.mil
(randal.rose@us.af.mil, jeremy.kersey.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Notice to Offerors:� Funds are not presently�available for this effort. No award will be made under this�solicitation until funds are available. The Government reserves the�right to cancel this solicitation, either before or after the closing�date. In the event the Government cancels this solicitation, the�Government has no obligation to reimburse an offeror for any costs.� � GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in this document in accordance with the attached Statement of Requirements. 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.� This requirement is issued as a Request for Quote (RFQ) (Reference-Number F2X3B20211AW06). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2020-07 and the DPN 06052020. A Firm Fixed Priced Award will be made in accordance with the following: NAICS Code:� 315990; size standard: 500 employees. IMPORTANT NOTES: THE GOVERNMENT IS SOLICITING FOR �OPEN MARKET� QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) 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 42d Security Forces Squadron on Maxwell AFB, AL has a requirement to purchase the below listed items outlined in CLINS 0001-0002. This procurement will be awarded under Simplified Acquisition Procedures.� All inquiries/responses to this notice must be received by 22 Sep, 2020, 2:00 p.m CST. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following items:�� CLIN 0001:�� Multi Cam Plate Carrier for military personnel. (QTY: 225 EA) CLIN 0002:�� Black plate carriers for civilian counterpart. (QTY: 25 EA) DELIVERY INFORMATION Delivery Address: 50 LeMay Plaza S. at Maxwell AFB, Alabama, 36112 Shipping will be FOB Destination 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. The offeror must submit dated quote with unit prices and extended prices in response to this solicitation. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. 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 located at 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. Manufacturer Specifications: The offeror shall provide detailed manufacturer specifications that clearly meet the minimum requirements outlined for CLIN 0001-0002 in the Schedule of Supplies/Services and in accordance with (IAW) the 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. PROJECT MILESTONE PLAN (PMP):� The offeror 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: Interested parties capable of providing the requirement must include discount terms, tax identification number, cage code, and DUNS. 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.� 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. � Responses to this notice shall be provided in writing via e-mail to SSgt Randal L. Rose at randal.rose@us.af.mil, (334) 953-6170 and Jeremy Kersey at jeremy.kersey.1@us.af.mil, (334) 953-3526.� All responses shall be received NLT 2:00 PM CST on 22 Sep 2020. Email is the preferred method of contact. � BASIS FOR AWARD Award will be made to the lowest price 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 Specifications: The offeror provided detailed manufacturer specifications will be evaluated for completeness to ensure all of the following minimum requirements for CLIN 0001-0002 IAW SOR. 2.�� Price. Next, the Government will evaluate the price(s) of quotes determined technically acceptable as follows: 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. CONTRACT TERMS AND CONDITIONS: SEE ATTCHED CLAUSES AND PROVISIONS. � � Attachment(s): � Statement of Requiremens Clauses and Provisions. � � �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d01b1b5e49f04fa4847db07cf660bd0d/view)
 
Place of Performance
Address: AL 36112, USA
Zip Code: 36112
Country: USA
 
Record
SN05798584-F 20200917/200915230157 (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.