Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 17, 2022 SAM #7565
SOLICITATION NOTICE

71 -- Tool Cabinets Replacement

Notice Date
8/15/2022 1:20:18 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
FA930122Q0027
 
Response Due
8/30/2022 5:00:00 PM
 
Archive Date
09/14/2022
 
Point of Contact
Stacey Stuart, Thomas Prothro
 
E-Mail Address
stacey.stuart@us.af.mil, thomas.prothro@us.af.mil
(stacey.stuart@us.af.mil, thomas.prothro@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation FA930122Q0027 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Commercial Items (FAR 12) and Simplified Acquisition Procedures (FAR 13) will be used for requirement. Hereafter, this notice shall be titled ""Solicitation."" (ii) Solicitation Number: FA930122Q0027. This solicitation is issued as a Request for Quote (RFQ) to offerors. (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2022-07, effective 10 August 2022; and DPN 20220623. (iv) This is a Total Small Business Set aside. The North American Industry Classification System (NAICS) code for this project is 332999 with a size standard of 750 number of employees. (v) Contract Line Item Number (CLIN) Nomenclature and Contract Structure: The following represent the CLIN structure for this contract. The CLIN below, is also identified within the model contract, represent an estimated maximum quantity for each item. However, the Government reserves the right to order none, some, or more than the estimated quantities of each item solely based upon its needs. See the attached model contract for details CLIN� 0001- Locking Tool Cabinet with Butcherblock top, 56""Wx42""Hx28.5D with 7 drawers, 2ea 2""H, 2ea 4""H, 2ea 6""H and 1ea 5""H CLIN 0002 - Locking Tool Cabinet with Butcherblock top, 56""Wx34""Hx28.5D with 7 drawers, 5ea 3""H, 2ea 4""H CLIN 0003 - Locking Tool Cabinet with Butcherblock top, 47""Wx57""Hx28.5""D with 10 drawers, 2ea 3""H, 5ea 4""H, 3ea 6""H CLIN 0004 - Foam inserts �CLIN 0005 - Delivery (vi) Contract Type: The anticipated contract type is Purchase Order. It is anticipated that one will be issued. (vii) Description of items to be acquired: Purchase Order for Tool Cabinets at Edwards, AFB, CA 2 -ea Locking Tool Cabinet with Butcherblock top, 56""Wx42""Hx28.5D with 7 drawers, 2ea 2""H, 2ea 4""H, 2ea 6""H and 1ea 5""H 2-ea Locking Tool Cabinet with Butcherblock top, 56""Wx34""Hx28.5D with 7 drawers, 5ea 3""H, 2ea 4""H 2-ea Locking Tool Cabinet with Butcherblock top, 47""Wx57""Hx28.5""D with 10 drawers, 2ea 3""H, 5ea 4""H, 3ea 6""H All cabinets with butcher block tops and lock All drawers containing contrasting foam inserts (viii) Location of requirement: Edwards AFB (EAFB) (ix) Period of Performance: 120 days (x) The provision at 52.212-1 ""Instructions to Offerors -- Commercial"" applies to this acquisition. Offers are due by 30 August 2022 at 5:00 PM Pacific Standard Time (PST) via electronic mail to Stacey Stuart at stacey.stuart@us.af.mil� and Thomas Prothro at thomas.prothro@us.af.mil. (a) Addendum to the provision at FAR 52.212-1 ""Instructions to Offerors -- Commercial"": Offerors shall complete all portions of SF 1449 blocks 12, 17a, 26, 30a, 30b and 30c. In doing so, the offeror accedes to the contract terms and conditions as written in the Model Agreement, with attachments. Additionally, offerors shall fill in the Unit Price and Amount sections for CLINs 0001, 0002, 0003, 0004, and 0005 (beginning on page 3 of the SF1449 Model Agreement).� The Total Agreement Price shall be stated by the offeror in Block #26 on page 1 of the SF 1449 Model Agreement.� (End of Addendum) (xi) The provision at FAR 52.212-2 ""Evaluation -- Commercial Items"" applies to this acquisition. (a) Addendum to the provision at FAR 52.212-2 ""Evaluation -- Commercial Items"": 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. The following factor shall be used to evaluate offers:� (xi) The provision at FAR 52.212-2 ""Evaluation -- Commercial Items"" applies to this acquisition. (a)��� Addendum to the provision at FAR 52.212-2 ""Evaluation -- Commercial Items"": 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 the technical factor considered. Award will be made using a Lowest Price Technically Acceptable (LPTA) approach; the Government will award to the lowest priced offeror that is determined technically acceptable. The following factors shall be used to evaluate offers: (i) Factor 1 - Price, (ii) Factor 2 - Technical Capability, this factor will be rated Acceptable/Unacceptable. (i) Price � [The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The government shall evaluate price for reasonableness.� The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s)]. The lowest price offer will then have its Technical Capability evaluated for technical acceptability (Acceptable/Unacceptable).� (ii) Technical capability is measured at the time of the offer to meet the Government requirement; (Your offer package MUST clearly show and demonstrate your company�s ability to meet the stated requirements outlined. (End of Addendum) (xii) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer, or have a completed copy with their SAM.gov registration. If completed via SAM.gov, please state so within the proposal/quote. Offerors shall include a completed copy of the provision at FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, with its offer. FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, and FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and any addenda to the clause. (xiii) Defense Priorities and Allocation System (DPAS): N/A (xiv) Proposal Submission Information: All questions or comments must be sent to Stacey Stuart at stacey.stuart@us.af.mil and Thomas Prothro at thomas.prothro@us.af.mil no later than 23 August 11:00 AM PST.� Offers and Quotes are due no later than 30 August 5:00 PM PST. Attachments Solicitation Model Contract
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fd63597f3dba4979871496e4bc488223/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN06427670-F 20220817/220815230132 (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.