MODIFICATION
54 -- LASMR Dome Tent Parts
- Notice Date
- 7/7/2022 11:45:24 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- FA8051 772 ESS PKD TYNDALL AFB FL 32403-5322 USA
- ZIP Code
- 32403-5322
- Solicitation Number
- FA8051-22-Q-0008
- Response Due
- 7/14/2022 10:00:00 AM
- Archive Date
- 07/29/2022
- Point of Contact
- Matthew McSwain
- E-Mail Address
-
matthew.mcswain.1@us.af.mil
(matthew.mcswain.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Title: LASMR Dome Tent Parts Document Type: Combined Synopsis/Solicitation Solicitation Number: FA8051-22-Q-0008 Posted Date: 07 July 2022 Response Date: 14 July 2022 PSC Code: 5450 Set-Aside: 100% Total Small Business NAICS Code: 332311 Contracting Office Address Department of the Air Force, Air Force Materiel Command, Air Force Installation & Mission Support Center, Air Force Installation Contracting Center, 772 ESS/PKD 139 Barnes Avenue, Building 1120 Tyndall, AFB FL 32403 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. This announcement constitutes the only solicitation; Offers are being requested and a written solicitation (paper copy) will not be issued. Further, Offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-06 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20220428. See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a Total Small Business Set-Aside Competition. The NAICS code is 332311 and the PSC code is 5450. The following is an addenda to 52.212-1, Instructions to Offerors � Commercial Products: (b) Electronic quotes must be received by 14 July 2022 at 12:00PM, Central Standard Time (CST). Submit to: matthew.mcswain.1@us.af.mil. Evaluation Factors Page Limit Factor I: Technical 7 pages Factor II: Price Attachment Only Reps & Certs Attachment Only All submitted pages shall be single sided, typed, standard 8.5� x 11� pages. Type shall be no smaller than size 12 font. If page limits are exceeded, the excess pages will not be read or considered in the evaluation of the quote. Due to Tyndall AFB email size limitations, emails containing quote submissions attachments shall not exceed five megabytes (5-MB) of data; recommend all Offerors confirm the receipt of all emailed quotes via telephone call before the response time. Multiple email submissions are recommended if the anticipated file size exceeds 5MB. Factor I- Technical: The offeror must provide a quote for parts that meet or exceed each item in the attached Specification Book (Attachment 1 - Specification Book (Drawings)) . Factor II- Price: Offerors shall complete the attached CLIN Price Sheet (Attachment 2 - CLIN Price Sheet) which is based on a Firm-Fixed Unit Price for the requirement. Offerors are required to fill in the yellow highlighted cells for all CLINs identified. Failure to fill in all yellow highlighted cells may render the offer unacceptable and the Government may not consider the offer for award, in the absence of discussions. The Unit Price must be rounded to two decimals to avoid rounding errors. Since the Government intends to award without discussions, offerors are encouraged to offer their most advantageous pricing in their response. All pricing shall include FOB Destination shipping. The CLIN Price Sheet will be used to establish total evaluated price (TEP). The CLIN Price Sheet is based on the estimated number of purchases. Offerors are required to fill in the unit price and only the unit price for all items identified in the CLIN Price Sheet. Failure to fill in all spaces for unit price in the Price Sheet will render the offer unacceptable and the Government will not consider the offer for award, in the absence of discussions. The Unit Price should be rounded to the penny to avoid rounding errors. The CLIN Price Sheet is not to be altered except for the allowable changes outlined in this document. Extended totals will be automatically calculated by the spreadsheet. Failure to comply with instructions will render the quote unacceptable and ineligible for award in the absence of discussions. Offerors are required to complete representations and certifications found in Attachment 3 - Clauses, Provisions, Reps and Certs. Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offerors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. The period of acceptance for offers is 90 calendar days. Multiple offers. Offers MAY NOT be submitted for products less than those specified. Contract award. The Government intends to evaluate offers and award a Firm Fixed Price (FFP) Purchase Order without discussions. Therefore, the Offeror�s initial offer should contain the Offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer and waive informalities and minor irregularities in offers received. Multiple awards. The Government intends to make a single award as a result of this solicitation. Unique entity identifier- The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation ""Unique Entity Identifier"" followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. Offerors shall identify any conflict of interest or appearance issues that might be a potential Organizational Conflict of Interest (OCI). A Determination of Responsibility will be completed by the CO for any successful offerors as required by FAR Part 9. Basis of Award: The following is an addenda to 52.212-2 Evaluation-Commercial Items: The CO shall then make an integrated best value award decision using the price and technical factors, which are weighed approximately equal. The Government may tradeoff for a higher priced quote determined to exceed the technical requirements. Factor I- Technical: Technical Rating: the offeror's quote shall be evaluated to determine whether the quote �Exceeds�, �Meets�, or �Does Not Meet� the requirement. Factor II- Price: TEP will be calculated by multiplying the quantities by the quoted unit price for each Contract Line Item Number (CLIN). Pricing will be evaluated for reasonableness and balance as follows: Reasonableness. The Offeror�s quote will further be evaluated to determine whether the pricing the Government expects to pay is fair and reasonable pursuant to FAR 15.404-1(b)(2). Balance. The Offeror�s quote will be evaluated for balanced pricing IAW FAR 15.404-1(g). Unbalanced pricing exists when, despite an acceptable TEP, the price of one or more line items is significantly over or understated as indicated by the application of price analysis techniques. Attachments: 1. Specification Book (Drawings) 2. CLIN Price Sheet 3. Clauses, Provisions, Reps and Certs
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ae5fcfcc9ae9468eb9f9e31175d8925f/view)
- Place of Performance
- Address: Holloman AFB, NM 88330, USA
- Zip Code: 88330
- Country: USA
- Zip Code: 88330
- Record
- SN06380615-F 20220709/220707230058 (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 |