Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 05, 2021 SAM #7187
SOLICITATION NOTICE

S -- Preposition of Equipment - Commonwealth Northern Mariana Islands

Notice Date
8/3/2021 7:48:33 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
FA5215 766 ESS PKP JBPHH HI 96860-4928 USA
 
ZIP Code
96860-4928
 
Solicitation Number
FA5215-21-Q-7007
 
Response Due
8/4/2021 8:00:00 PM
 
Archive Date
08/19/2021
 
Point of Contact
Jeffrey Snyder, Phone: 808-471-4248, Kori McNabb, Phone: 8084714251
 
E-Mail Address
jeffrey.snyder.11@us.af.mil, kori.mcnabb@us.af.mil
(jeffrey.snyder.11@us.af.mil, kori.mcnabb@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Description This solicitation is not to be construed as a commitment by the Government. All information is to be submitted at no cost to the Government. Availability of Funds IAW AFFARS MP 5332.7, �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 Governments 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.� The solicitation will be issued as a Request for Quote (RFQ) under the solicitation number FA5215-21-Q-7007. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2021-06, Defense Federal Acquisition Regulation Supplement Publication Notice (DPN) 20210709, and Air Force Acquisition Circular (AFAC) 2019-1001. This acquisition is a Total 100% Small Business Set-Aside in regard to size standards. The applicable NAICS is 493110, General Warehousing and Storage; the small business size standard is $30 Million. This RFQ contains 14 line items on a Firm Fixed Price basis. The line items are as follows: CLIN DESCRIPTION OF SERVICE Quantity Unit Cost Total Cost 0001 Storage/Warehousing in Saipan � Contractor shall provide 2,000 square feet of storage for equipment in accordance with attached Performance Work Statement PoP: 7 Aug 2021 � 6 Feb 2022 6 Months $ $ 0002 Per Trip Pickup/Delivery of Compact Track Loader � Contractor shall provide drayage/pickup/delivery of equipment in accordance with attached Performance Work Statement PoP: 7 Aug 2021 � 6 Feb 2022 Not to Exceed 2 Each $ $ 0003 Per Trip Pickup/Delivery of FloodLight Set � Contractor shall provide drayage/pickup/delivery of equipment in accordance with attached Performance Work Statement PoP: 7 Aug 2021 � 6 Feb 2022 Not to Exceed 4 Each $ $ 0004 Per Trip Pickup/Delivery of ADR CTL Attachments Pallet � Contractor shall provide drayage/pickup/delivery of equipment in accordance with attached Performance Work Statement PoP: 7 Aug 2021 � 6 Feb 2022 Not to Exceed 2 Each $ $ 0005 Per Trip Pickup/Delivery of Maintenance Stand B4 � Contractor shall provide drayage/pickup/delivery of equipment in accordance with attached Performance Work Statement PoP: 7 Aug 2021 � 6 Feb 2022 Not to Exceed 2 Each $ $ 0006 Per Trip Pickup/Delivery of Aircraft Chocks � Contractor shall provide drayage/pickup/delivery of equipment in accordance with attached Performance Work Statement PoP: 7 Aug 2021 � 6 Feb 2022 Not to Exceed 2 Each $ $ 0007 Per Trip Pickup/Delivery of 50k Fuel Bladder � Contractor shall provide drayage/pickup/delivery of equipment in accordance with attached Performance Work Statement PoP: 7 Aug 2021 � 6 Feb 2022 Not to Exceed 2 Each $ $ 1001 Storage/Warehousing in Saipan � Contractor shall provide 6,000 square feet of storage for equipment in accordance with attached Performance Work Statement PoP: 7 Feb 2022 � 6 Aug 2022 6 Months $ $ 1002 Per Trip Pickup/Delivery of Compact Track Loader � Contractor shall provide drayage/pickup/delivery of equipment in accordance with attached Performance Work Statement PoP: 7 Feb 2022 � 6 Aug 2022 Not to Exceed 4 Each $ $ 1003 Per Trip Pickup/Delivery of FloodLight Set � Contractor shall provide drayage/pickup/delivery of equipment in accordance with attached Performance Work Statement PoP: 7 Feb 2022 � 6 Aug 2022 Not to Exceed 8 Each $ $ 1004 Per Trip Pickup/Delivery of ADR CTL Attachments Pallet � Contractor shall provide drayage/pickup/delivery of equipment in accordance with attached Performance Work Statement PoP: 7 Feb 2022 � 6 Aug 2022 Not to Exceed 4 Each $ $ 1005 Per Trip Pickup/Delivery of Maintenance Stand B4 � Contractor shall provide drayage/pickup/delivery of equipment in accordance with attached Performance Work Statement PoP: 7 Feb 2022 � 6 Aug 2022 Not to Exceed 4 Each $ $ 1006 Per Trip Pickup/Delivery of Aircraft Chocks � Contractor shall provide drayage/pickup/delivery of equipment in accordance with attached Performance Work Statement PoP: 7 Feb 2022 � 6 Aug 2022 Not to Exceed 4 Each $ $ 1007 Per Trip Pickup/Delivery of 50k Fuel Bladder � Contractor shall provide drayage/pickup/delivery of equipment in accordance with attached Performance Work Statement PoP: 7 Feb 2022 � 6 Aug 2022 Not to Exceed 4 Each $ $ Total Price $ ADDITIONAL REQUIREMENTS When bidding on this requirement please include the information below and do a price breakdown for the above mentioned CLINs: Cage Code: DUNS No: Payment Terms: Date offer expires: **The Government is also seeking responses for the possibility of cargo and liability insurances on the pieces of equipment to be stored and transported. We are requesting interested parties submit a response to include if this is standard/commercial practice, in addition to providing costs associated with carrying the insurance during the performance of the contract. Please note, this price will not be considered in the evaluation of the total price. Only CLINS 0001-1007 shall be considered in the total price** The FAR provision 52.212-1, Instruction to Offerors-Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) All proposals are due on or before 5:00 PM, Hawaii Standard Time (HST), Wednesday, 04 August 2021. Submission shall be made via email to the Contracting Officer, TSgt Jeffrey Snyder at jeffrey.snyder.11@us.af.mil and Kori McNabb at kori.mcnabb@us.af.mil. Quotes must reference the solicitation number FA5215-21-Q-7007. (c) System for Award Management (SAM). Offerors must be registered in the SAM database to receive a contract award. If the offeror is not registered in the SAM database, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. In addition 52.212-2 (a), Evaluation � Commercial Items, the Government will award a contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government, price and technical considered. The following factor shall be used to evaluate offers: Lowest Price Technically Acceptable (LPTA). Price: FAR 52.212-2 Evaluation � Commercial Items (Oct 2014) 1. Price: Total price, from all CLINS, to accomplish the requirement will be utilized as a basis for evaluating price. The factors below will be used to assess whether the offeror�s quote is complete and accurate. The offeror�s price quote will be evaluated using the sum of all priced line items. 1a. Price Completeness and Accuracy: The Government will review the price for completeness and accuracy. Changes to the evaluation quantities, blanks or zeroes in the pricing columns, and/or mathematical mistakes may be subject to clarification for confirmation of the offeror�s intent. The offeror's quote will be checked for mathematical correctness to include the following: 1. Checking arithmetic in all computations. 2. Technical Quote Assessment Table: To receive an acceptable rating, the contractor shall submit descriptive literature and appropriate documentation verifying capability and compliance with the Performance Work Statement. Contractor shall not simply restate Performance Work Statement requirements: TECHNICALLY ACCEPTABLE ASSESSMENT TABLE Rating Description ACCEPTABLE Based on the offeror�s technical Quote, the Government has a reasonable expectation that the offeror has the above capabilities. UNACCEPTABLE The proposal is rated as unacceptable if the offeror�s proposal DOES NOT meet all technical requirements of this solicitation. All responsible sources may submit a quote, which will be considered by the Government. Award will be made to the offeror whose quote conforms to the solicitation requirements and is able to satisfy the Government�s requirements. All referenced Federal Acquisition Regulation (FAR) clauses and provision in this solicitation may be accessed via the internet at https://www.acquisition.gov/. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/058d67989fe847f3832db3f19ee56c66/view)
 
Place of Performance
Address: Saipan, MP 96950, USA
Zip Code: 96950
Country: USA
 
Record
SN06082806-F 20210805/210803230117 (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.