Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 15, 2021 SAM #7197
SOLICITATION NOTICE

R -- Water Leak Detection Survey

Notice Date
8/13/2021 4:35:27 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
FA4877 355 CONS PK DAVIS MONTHAN AFB AZ 85707-3522 USA
 
ZIP Code
85707-3522
 
Solicitation Number
FA487721Q0030
 
Response Due
8/26/2021 11:00:00 AM
 
Archive Date
09/30/2021
 
Point of Contact
Samantha Durlauf, Phone: 5202283873, Lucas D. Navas, Phone: 5202282217
 
E-Mail Address
samantha.durlauf@us.af.mil, lucas.navas@us.af.mil
(samantha.durlauf@us.af.mil, lucas.navas@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICIATION �COMBO�: Water Leak Detection Survey FA487721Q0030 (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; quotations are being requested and a written solicitation will not be issued. (ii) Solicitation FA487721Q0030 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 2021-06 effective 12 July 2021. The DFARS provisions and clauses are those in effect to DFARS Change 9 July 2021 effective 9 July 2021. The AFFARS provisions and clauses are those in effect to AFAC 2021-0726 effective 26 July 2021.� The Wage Determination 15-5473 Revision #13 Dated 03 August 2021 will be incorporated into the purchase order. (iv) This is a small business set-aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 541990 with a small business size standard of $16,500,000.00 average annual revenue. (v) The SF 1449 is incorporated as Attachment 1. Offerors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo. (vi) The government intends to award a firm-fixed price contract for the following: The expected contract will consist of one Lot. The right to make multiple or no award is reserved by the government. In accordance with the performance work statement, the contractor shall provide the following:� � � � � CLIN 0001 Water Leak Survey and Detection as described in the Performance Work Statement QTY � 1 �������� Unit of Issue � Lot��� � ����������� Period of Performance - (30 Sep 21 � 29 Nov 21) (vii) Delivery shall be FOB Destination. (viii) Instructions to Offerors. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items (Jul 2021) applies to this acquisition. The following have been tailored to this procurement and are hereby added via addenda: This is a Request for Quote (RFQ) in accordance with FAR Part 13. FAR Part 15 does not apply to this RFQ unless specified elsewhere. The Government intends to award a single purchase order for one (1) Lot which represents the best value utilizing tradeoff processes.� Best value, for the purposes of this solicitation, is the offer that is most advantageous to the Government, price and other factors considered. To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Propose a unit price for CLIN 0001 Complete all provisions incorporated at Attachment 1 Provide list of water leak detection equipment and corresponding dates of calibration Complete Technician Experience at Attachment 4 Complete Contractor Past Performance at Attachment 5 (ix) Evaluation Factors for Award.� The Government will award a contract resulting from this solicitation to the responsible offeror whose quote will be most advantageous to the Government, price and other factors considered.� The following factors are ranked in order of significance and shall be used to evaluate quotations.� All evaluation factors other than price, when combined, are approximately equal to price.� Other factors shall be rated either Acceptable or Unacceptable. �All prices will be evaluated for fairness and reasonableness: PRICE 1) Unit price for CLIN 0001 is fair and reasonable OTHER FACTORS 1) Requirements as stated in all provisions in Attachment 1 are current, complete and accurate TECHNICAL CAPABILITY 1) �Leak detection equipment is technically acceptable and calibrations of equipment are current 2)� Attachment 4 is complete and meets minimum technician requirements as stated in the PWS PAST PERFORMANCE Attachment 5 is complete and meets minimum past performance as stated in the PWS (x) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, (Oct 2018) applies to this acquisition. (xi) The clause at FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Items, (Jul 2021) applies to this acquisition. (xii) NOTICE TO ALL INTERESTED PARTIES: Quotations are due no later than 2:00 PM Pacific Standard Time on Thursday, 26 August 2021 by electronic submission only. Quotations shall be submitted to 2d Lt Samantha Durlauf and SrA Lucas Navas via email to 355CONS.PKBA.Services@us.af.mil. CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTS Attachment #:����������������������� Item Description:����������������������������� ����������������������������������� 1)�������� ����������� ����������� ����������� SF 1449��������� 2)�������������������� ����������� ����������� Performance Work Statement ������ ����������������������� ����������������������� ����� 3)�������������������� ����������� ����������� WD 15-5473 Revision #13 Dated 03 August 2021 4) ������������������������������������������� Detection Technician Experience 5)�������������������������������������������� Contractor Experience
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/37a5ce689c22499680b5d0ad199ec710/view)
 
Place of Performance
Address: Tucson, AZ 85707, USA
Zip Code: 85707
Country: USA
 
Record
SN06096620-F 20210815/210813230117 (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.