Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 11, 2022 SAM #7590
SOLICITATION NOTICE

44 -- Composite Oven Edward AFB

Notice Date
9/9/2022 9:27:53 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
FA9301-22-Q-0033
 
Response Due
9/14/2022 12:00:00 PM
 
Archive Date
09/29/2022
 
Point of Contact
Cinthia Arias, Joshua Vasquez
 
E-Mail Address
cinthia.arias@us.af.mil, joshua.vasquez.5@us.af.mil
(cinthia.arias@us.af.mil, joshua.vasquez.5@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation: This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. Quotes are being requested and an additional written solicitation will not be issued. This is a Request for Quotation (RFQ). All responsible sources may submit a Firm-Fixed Price (FFP) quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through the FAR and Supplements, Federal Acquisition Circular (FAC) 2020-07, DFARs Change Notice (DPN) 20200831, and AFAC 2019-1001. NAICS is 811310 with a business size standard in millions of dollars $7,500,000.00. (i) Solicitation Number: FA9301-22-Q-0033 (ii) Contract Type: Fixed-Firm Price (FFP) (iii) Location: Work to be completed on location at Edwards AFB, California 93524 (iv) Full and Open Competition, Total Small Business set aside. (v) Description of items to be acquired: Provide the removal and disposal of the existing Composite Oven and the purchase, delivery and installation of the new industrial oven Composite Oven at Edwards AFB, Building 1600 Room 507 in accordance with the Specification, Statement of Work (SOW) dated 09 Sep 2022. (vi) The Period of Performance: no later than 31 March 2023. (vii) Contract Line-Item Number (CLIN) Nomenclature and Contract Structure: The CLINs are identified in the table on page 3 of the Model Contract Solicitation (Standard Form 1449, hereafter referred to as �Model Contract�). The Offeror is to fill in unit price and total price for CLIN 0001 within the Model Contract. (viii) Applicable FAR and DFARS and AFFARS provisions and clauses are posted within the with the Model Contract. INTERESTED CONTRACTORS CAN ACCESS THE CLAUSEs BY INTERNET URL: https://www.acquisition.gov. TO REGISTER WITH SYSTEM FOR AWARD MANAGEMENT (SAM), GO TO URL: https://www.Sam.gov/. (ix) The provision at 52.212-1 ""Instructions to Offerors -- Commercial"" applies to this acquisition. Addendum to the provision at FAR 52.212-1 ""Instructions to Offerors -- Commercial"": 1) Proposal Price Volume: The offerors Price Volume shall consist of filling in applicable sections of the Model Contract. 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 Contract, with attachments. Additionally, offerors shall fill in the Unit Price and Amount sections for CLIN 0001. The Total Contract Price shall be stated by the offeror in Block #26 on page 1 of the SF 1449 Model Contract. Given only one (1) CLIN is utilized, ensure that the Unit Price/Amount for CLIN 0001 and the amount placed in Block #26 are identical. 2) Cover Letter - offerors are to provide a cover letter with all required information specified within the provision at FAR 52.212-1(b)(1) thru (11) as applicable. If a section does not apply to an offeror, simply state ""N/A."" Additionally, offerors are permitted to provide additional information on your company that you deem relevant to this acquisition. Furthermore, Offerors are to submit a statement attesting that the Total Contract Price calculations they performed to fill in Block #26 of the Model Contract are their agreed upon pricing and that delivery terms/dates specified in your quote have been confirmed. Lastly, offerors are to provide their CAGE Code within the cover letter. (3) Page Limitations - Offerors cover letter shall be no more than 3 pages in length. The Price Volume has no page limitation. (4) Page/Font Size - Although proposals are to be submitted electronically, the page size should be structured to print on a normal 8.5 X 11-inch sheet of paper. Margins shall be no less than 1 inch on all sides. Please use Times New Roman font size 12 or larger. Pages shall be numbered sequentially as applicable. (5) Electronic files must be in Adobe (.pdf) or Microsoft Word Version 2016 or earlier. Excel files (if used) must be in Excel 2016 or earlier format. (End of Addendum) (x) 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 other factors considered. The following factors shall be used to evaluate offers: (1) Technical adherence to FAR 52.212-1 �Instructions to Offerors� by the Offeror (2) Total Contract Price In the integrated assessment upon which the award assessment will be made, Total Contract Price will be the defining factor for award. The Technical factor will be rated as Acceptable or Unacceptable based on if the Offeror proposed IAW FAR 52.212-1 and this Combine Synopsis/Solicitation. (b)BASIS FOR CONTRACT AWARD: This simplified acquisition is being issued on aLowest Price Technically Acceptable (LPTA) basis. By submission of its offer in accordance with the instructions provided in provision FAR 52.212-1 ""Instructions to Offerors"" the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, the Model Contract, and technical requirements, in addition to those identified as evaluation factors. All technically acceptable offers will be treated equally. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: (1)Technical Acceptability (Step 1) - Quotes must be rated as technically acceptable to beeligible for award. In order to be deemed technically acceptable, the following evaluation criteria must be met: Submit your proposal in accordance with the instructions specified in FAR 52.212-1 �Instructions to Offerors� and this Combine Synopsis/Solicitation. An offeror will be deemed Unacceptable if it deviates from those instructions. (2)Price Evaluation (Step 2) - Next, offerors will be ranked according to overall TotalContract Price (i.e. the amount the offeror specifies in Block #26 of the Model Contract). Included as part of the price evaluation is a review for price reasonableness. To reiterate for reasonableness the Total Contract Price will be evaluated. Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers via e-mail; oral offers will not be accepted. All offerors must be registered with the System for Award Management (SAM). (c)A written notice of award or acceptance of an offer mailed or otherwise furnished to thesuccessful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Addendum) (xi) Offers are due no later than 14 Sep 2022 at 12:00 PM. PST. All offers are to be sent via email to BOTH Cinthia Arias (Contract Specialist) at cinthia.arias@us.af.mil and Joshua Vasquez (Contracting Officer) at joshua.vasquez.5@us.af.mil. No hand delivered or mailed �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/216506529e6246748e5453b22bccf1da/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN06459555-F 20220911/220909230130 (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.