Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 23, 2021 SAM #7083
SOLICITATION NOTICE

72 -- Steel Panel Floor Panels

Notice Date
4/21/2021 12:32:27 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
FA9302 AFTC PZIE EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AD1027A002
 
Response Due
4/22/2021 10:00:00 AM
 
Archive Date
05/07/2021
 
Point of Contact
Amber Lauderdale, Phone: 6612773441, Fax: 6612770470
 
E-Mail Address
amber.lauderdale@us.af.mil
(amber.lauderdale@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Combined Synopsis/Solicitation for the procurement of FLOOR PANELS at Edwards AFB, CA.� More detail is included in the attached Product Description. (i) 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; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for requirement. (ii) Solicitation Number: F1S0AD1027A002� **Please provide the full solicitation 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. Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation.� Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received.� Submit only written offers; oral offers will not be accepted. This solicitation is issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2021-04 and DPN 20210115 and AFAC 2019-1001. (iv) THIS REQUIREMENT WILL BE: 100% SMALL BUSINESS SET-ASIDE. The North American Industry Classification System (NAICS) number for this acquisition is 238330 with a size standard of $16.5M. (v) Delivery: This will be a supply contract for floor panels as outlined in this combination synopsis/solicitation and supporting attachments.� No installation is required. (vi) The provision at FAR 52.212-1, Instructions to Offerors � Commercial Items (Jun 2020), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.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: 1.�������� DUNS Number: 2.�������� TIN Number: 3.�������� CAGE Code: 4.�������� Contractor Name: 5.�������� Payment Terms (NET 30) or Discount: 6.�������� Point of Contact Name and Phone Number: 7.�������� Email address: 8.�������� Warranty: 9.�������� Date Offer Expires: 10: ����� FOB Destination: 11.������ Completed copy of FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) - Attached 12.������ Completed copy of FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items (Oct 2014) � or - notification that FAR 52.212-3 representations and certifications are available on SAM.gov CLIN Nomenclature: Below are the anticipated CLINs should an award be made from this solicitation.� Please include prices for the following in your quotes: 0001 � Perforated Floor Panel (Qty: 60 ea) 0002 � Access Floor Panel (Qty: 450 ea) 0003 � Shipping/Freight (ix)� The provision at 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 from 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 (ii) Technical capability of the item offered 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 Product Specifications.� Failure to provide enough information will result in a determination of quote being unresponsive to the solicitation.) This will be awarded to the Lowest Price Technically Acceptable Offeror.� In order to be found technically acceptable the quote must demonstrate the contractor�s ability to provide the product and related service as outlined in the Product Specifications 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.� Only one award will be made under this solicitation. (x) Offerors shall include completed copies of both provisions; FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items (Oct 2014) and FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) with its offer.� Offers will be considered incomplete if these are not included with the quote.� Please refer to items 11 and 12�above for more information. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018), applies to this acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2021), applies to this acquisition. (xii)�Additional Contract Requirement or Terms and Conditions: Please find a contemplated list of additional provisions/clauses in the attachments; 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.acquisition.gov/ (xiii) Defense Priorities and Allocation System (DPAS): N/A (xiv) Quote Submission Information: UPDATED: Offers are due by�22�April 2021 at 1:00 PM, Pacific Standard Time (PST).� Offers must be sent to Amber Lauderdale at amber.lauderdale@us.af.mil via electronic mail.� No late submissions will be accepted. (xv) For additional information regarding this solicitation contact: Primary Point of Contact: Amber Lauderdale Contracting Officer amber.lauderdale@us.af.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/67b199a5372a4993875f6c814b7bbece/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN05979477-F 20210423/210421230113 (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.