Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2020 SAM #6933
SOLICITATION NOTICE

H -- Fall Protection Recertification Services

Notice Date
11/20/2020 3:21:21 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
FA9301-21-Q-0001
 
Response Due
12/14/2020 3:00:00 PM
 
Archive Date
12/29/2020
 
Point of Contact
Daniel Thompson, Phone: 6612772516, Joshua Vasquez, Phone: 661-277-8213
 
E-Mail Address
daniel.thompson.46@us.af.mil, joshua.vasquez.5@us.af.mil
(daniel.thompson.46@us.af.mil, joshua.vasquez.5@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Combined Synposis/Solicitation for the procurement of Fall Protection Inspection and Certification Srevices at Edwards AFB, CA. The contractor shall be required to furnish trucks, man-lifts, ladders, tools, and all related such items necessary in the performance of this contract at no additonal cost to the government. More details related to this acqusition are included in the attached Statement of Work (SOW) and Solicitation documents. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Simplifified Acqusition Procedures (FAR Part 13) will be used for this requirement. (ii) Solicitation number: FA9301-21-Q-0001 *Please provide the full soliciation number on all packages* Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote. This solicitation is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-09, DPN 20200929, AFAC 2019-1001. (iv) This solicitation is set aside 100% for Small Business. The North American Industry Classification System (NAICS) number for this acqusition is 541350 with a size standard of $8,000,000. (v) Period of Performance (PoP): This will be a contract including one (1) base year and four four (4) one-year options. (vi) The provision at FAR 52.212-1, Instructions to Offerors � Commercial Items (Oct 2018), applies to this acqusiition. Provisions and clauses can be viewed via internet at Acqusition.gov, https://www.acquisition.gov/ Offerors shall prepare their quotations in accordance with FAR 52.212-1. In addition, the following information shall be included: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE: DUNS Number: TIN Number: CAGE Code: Contractor Name: Payment Terms (NET30) or Discount: Point of Contact and Phone Number: Email Address: Warranty: Date Offer Expires: (ix) The provision af FAR 52.212-2 Evaluation � Commercial Items (Oct 2014) applies to this acquisition. ADDENDUM to FAR 52.212-2, Evaluation � Commercial Items (OCT 2014) The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Price; Offerors are to complete all applicable sections of the attached solicitation with regards to Price, to include Block #26 (this is the total price for all years), all Contract Line Item Numbers (CLINs) ""Unit Price"" and ""Amount"" (pgs. 3-5), and applicable Representations/Certifications/Other Statments of Offers�(beginning on pg.37). Additionally, please submit a excel document�showing the information you have placed into the Solicitation PDF Document. � (ii) Techincal capability�to meet the Government requirement; Your quote package MUST clearly show and demonstrate your company�s ability to meet the stated requirements outlined in the Statement of Work. Failure to provide enough information will result in a determination of quote being unresponsive to the solicitation. Provide up to 5 (five) pages of support which consists of�historical infomraiton or other documentation showing that you can meet the requirements set forth herein. � This will be awarded to the Lowest Price Technically Acceptable Offeror. In order to be found techincally acceptable the quote must demonstrate the contractor�s ability to provide the product and related service as outlined in the Statement of Work attachment. In addition, the Program Manager will evaluate quotes to determine technical acceptability. It is a pass/fail basis. If a quote fails, it will be determined to be not technically acceptable. Quotes will be reviewed in sequence with the lowest priced offer being evaluated first. All offers will be evaluated on their proposed Total Price. If the initial lowest price is found to be technically acceptable, award will be made to that vendor and evaluation will stop at that point. Only one award will be made under this solicitation. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications �Comercial Items (Oct 2018), with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions � Commercial Items (OCT 2018), applies to this acqusition. (xiii) Additonal Contract Requirement or Terms and Conditions: Please find the contemplated list of additional provisions/clauses within the attachment labeld �Statement of Work� The final list of clauses is dependent upon actual dollar value of the contract award, and may change from those provided in the attachment. Full text for the clauses and provisions can be accessed via https://www.acqusition.gov/ (xiii) CLIN Structure can be found in the attached document titled �Solicitation FA9301-21-Q-0001� (xiv) Defense Priorties and Allocation System (DPAS): N/A (xv) Quote Submission Information: Offers are due by 14 December 2021 at 3:00 PM, Pacific Standard Time (PST). Offers must be sent to Daniel �Logan� Thompson at daniel.thompson.46@us.af.mil via electronic mail. No late submission will be accepted. �(xvi) For additional information regarding this soliciation contact: ������������� Primary Point of Contact: Daniel �Logan� Thompson at daniel.thompson.46@us.af.mil ������������� Secondary Point of Contact: Joshua P. Vasquez at joshua.vasquez.5@us.af.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b9520ab2e27f4284a296aff89ac10916/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN05857871-F 20201122/201120230142 (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.