Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 05, 2022 SAM #7371
SOLICITATION NOTICE

44 -- NLC - Lab Air Compressor Unit

Notice Date
2/3/2022 6:00:29 AM
 
Notice Type
Solicitation
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
ATF WASHINGTON DC 20226 USA
 
ZIP Code
20226
 
Solicitation Number
15A00022R00000031
 
Response Due
2/3/2022 9:00:00 AM
 
Archive Date
02/18/2022
 
Point of Contact
Brandon Hodnett
 
E-Mail Address
Brandon.Hodnett@atf.gov
(Brandon.Hodnett@atf.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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. The solicitation number is 15A00022R00000031 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 333912 with a small business size standard of 1000� employees. This requirement is a set-aside to Total Small Business and only qualified offerors may submit bids. The solicitation will start on the date this solicitation is posted and will end on 2021-02-03 4:00pm Eastern Time. FOB Destination shall be Beltsville, MD 20705. Offeror are REQUIRED to attend a site visit during the allocated timeframe to submit a final proposal. If any offeror are not present, proposals will be considered nonresponsive. Offeror will be required to sign in. Site surveys shall be scheduled through designated representative in order to meet the project schedule. **Question Submission: Interested offerors must submit any questions concerning the solicitation no later than February 2, 2021 by 12:00 pm est. Questions must be submitted to Contract Officer Brandon Hodnett. All questions must be email to Brandon.Hodnett@atf.gov. Questions not received within a reasonable time prior to close of the solicitation may not be considered. ** Bid MUST be good for 60 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. ALL REGISTRATION MUST BE ""ACTIVE"" AT TIME OF AWARD. NO EXCEPTIONS WILL BE MADE. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. To be considered for award, all Sellers must be manufacturer/ Federally authorized distributors of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the time frames specified by the Buyer on the award. Sellers may be required to provide documentation as proof of authorization to be considered for award. The Government intends to make award to the responsive offeror that provides the Best Value to the Government based on Technical Acceptability, Price, Delivery Timeframe and Past Performance. Award will be made to the offeror quoting fair and reasonable prices who meet ALL required technical specifications and who comply with ALL solicitation requirements. An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d4745b6914424f35be3d35a8d20c9174/view)
 
Place of Performance
Address: Beltsville, MD, USA
Country: USA
 
Record
SN06232623-F 20220205/220203230101 (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.