Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 27, 2022 SAM #7575
SOLICITATION NOTICE

J -- Heritage Park - 12 Static Aircraft Display Refurbishment IDIQ

Notice Date
8/25/2022 3:58:43 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
FA4877 355 CONS PK DAVIS MONTHAN AFB AZ 85707-3522 USA
 
ZIP Code
85707-3522
 
Solicitation Number
FA487722QA396
 
Response Due
9/19/2022 2:00:00 PM
 
Archive Date
10/04/2022
 
Point of Contact
Megan Middleton, Phone: 5202283872, Zachary Goit, Phone: 5202281846
 
E-Mail Address
megan.middleton.5@us.af.mil, zachary.goit@us.af.mil
(megan.middleton.5@us.af.mil, zachary.goit@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial services 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. This request is for the refurbishment of 12 Static Aircraft Displays located at Davis-Monthan Air Force Base (DMAFB), Arizona. Please refer to the attached Performance Work Statement for full details of the requested service. This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2022-07 effective 08/10/2022, Defense Procurement Notice 20220526, and Air Force Acquisition Circular 2022-0502. �This solicitation has been set aside 100% for Small Business under NAICS Code 488190, with a small business size standard of $35,000,000. All prospective offerors must be registered in the System for Award Management (SAM) at www.sam.gov. Lack of SAM registration will make an offeror ineligible for award. The government will award an indefinitive delivery indefinitive quantity (IDIQ) contract and subsequent task order(s) with the offeror whose quote is the lowest priced technically acceptable. Technical acceptability is defined and referred to within this solicitation document as the offeror's capability statement to meet the defined salient characteristics of the product or service and in accordance with the Performance Work Statement. The Government intends to evaluate offers and award without discussion, but reserves the right to conduct 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. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. The Government will not provide contract financing for this acquisition.� Upon award and satisfactory performance, payment will be made through Wide Area Workflow. ****Quotation pricing must follow the table in the attched Summery Pricing Sheet.**** *Period of Performance for each aircraft is 45 days upon award of task order. *The A-10 and F105 were recently refurbished and have been added to this IDIQ in case they need refurbishment towards the end of the 5 years. Attachments: 1. Performance Work Statement_22QA396_22 Aug 22 2. Provisions and Clauses_FA487722QA396 3. Summary Pricing Pricing Sheet_FA487722QA396 4. Pictures of Static Displays:� � � ������������� *Pictures of HH-60, C-130H, and the EC130J are not currently available. � � � � � � � *Pictures of the A-10 and F105 are also not included as they were recently refurbished.� 5. Wage Determination 2015-5473_Rev 17_27 Jun 2022 Important Dates/Times (All Times are Arizona Standard Local Time) -Questions are due by 13 Sep 2022, 2:00 pm. � � � � � � �Submit questions via email to all three POCs listed below. -Answers will be provided by 14 Sep 2022, 2:00 pm. -All quotes shall be submitted by 19 Sep 2022, 2:00 pm. The following deliverables shall be emailed to ALL THREE POCs by the dates and times listed: 1. Quotation Pricing - must follow the attached summary pricing sheet� 2. Fill-Ins Provisions and Clauses *Failure to return any of these documents will result in the quotation being deemed technically unacceptable.� It is the responsibility of the vendor to ensure their quote was submitted on time & review the post for any changes or amendments to this RFQ. For continuity purposes, please send all correspondence to All THREE points of contact. Point of Contacts are: Primary:������������ Ms. Megan Middleton, megan.middleton.5@us.af.mil Alternate:���������� Ms. Roxanne Elfering, roxanne.elfering@us.af.mil Alternate:���������� Mr. Zachary Goit, zachary.goit@us.af.mil *****Notice to Vendor(s)/Supplier(s): The Government reserves the right to cancel this RFQ, either before or after the closing date. In the event the Government cancels this RFQ, the Government has no obligation to reimburse a vendor for any costs. *****
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cbc025fd31494b848b0f3c62c1189896/view)
 
Place of Performance
Address: Tucson, AZ 85707, USA
Zip Code: 85707
Country: USA
 
Record
SN06440663-F 20220827/220825230124 (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.