Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 24, 2021 SAM #7145
SOLICITATION NOTICE

69 -- SIM Shoothouse and Mezzanine

Notice Date
6/22/2021 6:03:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
FA4613 90 CONS PK FE WARREN AFB WY 82005-2860 USA
 
ZIP Code
82005-2860
 
Solicitation Number
FA461321Q1030
 
Response Due
6/25/2021 9:00:00 AM
 
Archive Date
07/10/2021
 
Point of Contact
Paul W. Bissett, LOU BUSTILLO
 
E-Mail Address
paul.bissett@us.af.mil, maria_lourdes.bustillo@us.af.mil
(paul.bissett@us.af.mil, maria_lourdes.bustillo@us.af.mil)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
QUESTIONS and ANSWERS posted on 22 June 2021 under ATTACHMENTS.� Combined Synopsis/Solicitation Solicitation Number: FA461321Q1030 Purchase Description: SIM Shoothouse and Mezzanine Notice to Offeror(s)/Supplier(s): 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.� This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested and further written solicitation will not be issued. This solicitation will be posted to the beta.SAM.gov website as a Women Owned Small Business Set Aside. The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461321Q1030, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 423490, Other Professional Equipment and Supplies Merchant Wholesalers, with a small business size standard of 150 employees. The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2021-05 effective 10 Mar 2021, Defense Federal Acquisition Regulation Supplement effective 20 May 2021 and Air Force Federal Acquisition Regulation Supplement AFAC 2019-1001 effective 01 Oct 2019. DESCRIPTION OF ITEMS/SERVICES: All CLINs F.O.B. Destination. SEE ATTACHMENT 1 FOR ADDITIONAL APPLICABLE PROVISIONS and CLAUSES SEE ATTACHMENT 2 FOR SALIENT CHARACTERISTICS The Contractor shall provide the following: CLIN 0001 90' X 36' STEEL MEZZANINE in accordance with Attachment 2, Salient Characteristics, price includes delivery to Camp Guernsey, Wyoming Quantity: 1 EACH Unit Price:� $____________����������� Total Price:� $_______________ CLIN 0002 4800 SQ FT MODULAR SHOOTHOUSE in accordance with Attachment 2, Salient Characteristics, price includes delivery to Camp Guernsey, Wyoming Quantity: 1 EACH Unit Price:� $____________����������� Total Price:� $________________ TOTAL FIRM FIXED PRICE:���� CLINs 0001 and 0002����������������������� $ ________________ PRICE VALID UNTIL 30 SEPTEMBER 2021. DELIVERY DATE(S): Delivery 90 Days after Date of Contract PLACE OF DELIVERY: Building 115, Fremont Avenue, Camp Guernsey, Wyoming 82214 All questions must be e-mailed and received no later than 3:00 pm Mountain Time on Friday, 18 June 2021 to maria_lourdes.bustillo@us.af.mil and to paul.bissett@us.af.mil. ALL PROPOSALS MUST be e-mailed and received no later than 10:00 am Mountain Time on Friday, 25 June 2021 to maria_lourdes.bustillo@us.af.mil and to paul.bissett@us.af.mil. Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at the time an offer is submitted. Failure to do so will result in the offer being deemed ineligible for award. APPLICABLE FAR CLAUSES: All applicable Provision/Clauses can be found in Attachment 1.� The following are instructions and evaluation factors pulled from the Provision/Clauses document specific to this combined synopsis solicitation for easier viewing for the vendor. FAR 52.212-1 (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (m) Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1. After receipt of quotes, the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate. The term �award� as used in FAR 52.212-1 shall be understood to describe the Government�s issuance of an order. The Government will consider all proposals that are timely received and may consider late proposals.� Failure of a proposal to address any items required in the submission package may make the proposal unacceptable. Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows: (n) In addition to the quote submission requirements stated in FAR provision 52.212-1, offerors shall provide the following, as part of the submission package, no later than the required time and date for submission: Price which identifies the requested CLINs, unit price inclusive of shipping and extended Total Firm Fixed Price Any Discount Terms Estimated time of delivery Technical Submission Requirements - the quote shall contain specifications and description including part number and title for the item listed in the solicitation to allow the Government to verify that the quoted parts match the requirements listed. FAR 52.212-2� Evaluation -- Commercial Items (Oct 2014) (a) 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) Technical Acceptability of the item offered meets the Government�s requirement/specifications as identified within each CLIN and in accordance with Attachment 2, Salient Characteristics.� Specifications and part numbers are included.� Proposals will be rated either acceptable or unacceptable. (ii) �Price - award will be made to the lowest priced technically acceptable offer.� Price must be valid till 30 September 2021.� No additional information from the offeror will be required if the price is based on adequate price competition.� In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party.� Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 5352.201-9101 AFGSC Ombudsman 10/1/2019 (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, for AFGSC (Air Force Global Strike Command) acquisitions please contact the Director of Contracts, Air Force Installation Contracting Center, Global Strike (AFICC/KG OL-GSC) 841 Fairchild Ave, Barksdale AFB, LA 71110, telephone 318-456-6336 (DSN 781-6336); facsimile 318-456-7861 (DSN 781-7861) or via the following email workflow address: ig.afica_kg.workflow@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/fdafe14644db489e8ef31c085939fbdb/view)
 
Place of Performance
Address: Guernsey, WY 82214, USA
Zip Code: 82214
Country: USA
 
Record
SN06039167-F 20210624/210623205059 (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.