Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 10, 2022 SAM #7589
SOLICITATION NOTICE

61 -- Electrical wire, switches and miscellaneous parts

Notice Date
9/8/2022 11:36:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
Contracting Office
FA4809 4TH CONS SQ CC SEYMOUR JOHNSON AFB NC 27531-2456 USA
 
ZIP Code
27531-2456
 
Solicitation Number
FA480922Q0104
 
Response Due
9/13/2022 7:00:00 AM
 
Archive Date
09/28/2022
 
Point of Contact
Lt. Darren Ostrander, Phone: 9197220745, Michael J Demers, Phone: 9197221762
 
E-Mail Address
darren.ostrander.1@us.af.mil, michael.demers.4@us.af.mil
(darren.ostrander.1@us.af.mil, michael.demers.4@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 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; quotes are being requested and a written solicitation will not be issued. � The Request for Quotation (RFQ) number FA480922Q0104 shall be used to reference any written quote provided under this RFQ. � The RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07, effective 10 August 2022; Defense Federal Acquisition Regulation change, effective 26 August 2022; and Air Force Federal Acquisition Regulation AFAC 2022-0701, Effective 1 July 2022. This is a 100% set-aside for small business. � The North American Industry Classification System (NAICS) code for this project is 335313 with a size standard of 1,250 employees. � The purpose of this combined synopsis and solicitation for the purchase and delivery of an Electrical Switch and Parts in accordance with attachment 1.� FOB Destination for delivery to:� 4th Civil Engineering Squadron 1095 PETERSON AVE SEYMOUR JOHNSON AFB NC 27531� Items in this solicitation have been identified as �brand name or equal,� the purchase description reflects the characteristics and level of quality that will satisfy the Government�s needs. The salient physical, functional, or performance characteristics that �equal� products must meet are specified in the solicitation. �To be considered for award, quotes of �equal� products, including �equal� products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation, clearly identify the item by brand name and make or model number. �Include descriptive literature such as illustrations and drawings. �The Contracting Officer will evaluate �equal� products on the basis of information furnished by the vendor or identified in the quote and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. �Unless the vendor clearly indicates in its quote that the product being offered is an �equal� product, the vendor shall provide the brand name product referenced in the solicitation. Attachments: Attachment 1: Price List Attachment 2: Provisions and Clauses� *FAR Provision 52.212-1, Instructions to Offerors � Commercial Items (Nov 2021) applies to this acquisition and the following addendum applies: � The following words stating �offer�, �offeror�, and �proposal� are replaced with �quotation�, �vendor�, and �quote�. � Note: �.zip files are not an acceptable format for the Air Force Network and will not go through the email system. � Please provide the following information with your quote: � Company Name: ____________ SAM UEI: ____________ Cage Code: ____________ Point of Contact with email address and phone number: ______________________________________________ Photo depictions, schematics, product literature, technical features. Estimated Delivery Time: ___________ Payment Terms: ____________ Warranty: �_____________ � All companies must be REGISTERED (See FAR 2 for definition) in the System for Award Management at time of quotation submitted https://www.sam.gov/portal/public/SAM/ to be considered for award IAW FAR 4.1102(a). �The Government will not provide contract financing for this acquisition. �Invoice instructions shall be provided at time of award. � FAR Provision *52.212-2, Evaluation -- Commercial Products and commercial Services (Nov 21), applies to this acquisition and the following evaluation is applicable: � (a) The Government will award a contract resulting from this RFQ to the responsible vendor whose quote conforming to the RFQ will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i) price; (ii) technical capability of the item offered to meet the Government requirement; (iii) past performance� (b) Options. 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 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). (c) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote�s specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/945f63b0baea4cb0b58538ee8b2cb013/view)
 
Place of Performance
Address: Goldsboro, NC 27531, USA
Zip Code: 27531
Country: USA
 
Record
SN06458007-F 20220910/220908230130 (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.