SOLICITATION NOTICE
54 -- Portable Modular Office Units for 412 MXG
- Notice Date
- 9/12/2022 3:51:59 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Solicitation Number
- FA930122Q0035
- Response Due
- 9/15/2022 5:00:00 PM
- Archive Date
- 09/30/2022
- Point of Contact
- John Wagner, Phone: 6612773268, Joshua Vasquez, Phone: 6612778213
- E-Mail Address
-
john.wagner.15@us.af.mil, joshua.vasquez.5@us.af.mil
(john.wagner.15@us.af.mil, joshua.vasquez.5@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a Combined Synopsis/Solicitation for purchase of ten (10) 1-hour �Fire Rated� Portable Modular Office Building for the 412th MXG/MXOL at Edwards Air Force Base.� For details of minimum requirements pertaining to this purchase, see Part 2 (Requirements) of the attached Statement of Work (SOW). (i) This is a combined synopsis/solicitation for commercial products 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. (ii) Solicitation number:�FA9301-22-Q-0035, this solicitation is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-07, DPN 20220623, AFAC 2022-0701. (iv) This solicitation is provided for a 100% small business set-aside. The North American Industry Classification System (NAICS) number for this acquisition is 332311 with a size standard of 750 Employees. (v) CLIN 0001: One-hour �Fire Rated� Portable Modular Office Buildings for 412 MXG, Phase & DI/MOD Shops located in Bldg. 1600. Modular offices must be portable for relocation and have fork lift pockets. SIZE: 8� x 12� for at least 96 sq. ft. of usable administrative office space.� Must meet requirements specified in �Part 2 � Requirements� found in the attached SOW, quan 10 each. (vi) FOB Destination, deliver on or before 16 December 2022 (vii) The provision at FAR 52.212-1, Instructions to Offerors � Commercial Items (Nov 2021), applies to this acquisition. Provisions and clauses can be viewed via internet at Acqusition.gov, https://www.acquisition.gov/ Offerors shall prepare their quotations in accordance with FAR 52.212-1. PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE: The solicitation number; The time specified in the solicitation for receipt of offers; The name, address, and telephone number of the offeror; SAM UEI: CAGE Code: A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, drawings, or other documents if necessary; Terms of any expressed warranty Expected delivery date Price and discount terms �Remit to� address, if different than mailing address; A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically; Acknowledgement of solicitation amendments; If the offer is not submitted on the�SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; Total quoted price for all items delivered. (viii) The provision at FAR 52.212-2, Evaluation-Commercial Products�and�Commercial Services (Nov 2021), applies to this acquisition. 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: (i) Price [The Government will evaluate offers for award purposes by adding the total price for all items quoted. (ii) Technical capability 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 in the Statement of Work. Failure to provide enough information will result in a determination of offer being technically unacceptable to the solicitation.) This will be awarded to the Lowest Price Technically Acceptable Offeror. In order to be found technically acceptable the quote must demonstrate the contractor�s ability to provide the product and related services as outlined in the Statement of Work. The Program Manager will evaluate quotes to determine technical acceptability. It is a pass/fail basis. If a quote fails, it will be determined to be not technically acceptable. Quotes will be reviewed in sequence with the lowest priced offer being evaluated first. All offers will be evaluated on their proposed Total Price. If the initial lowest price is found to be technically acceptable, award will be made to that vendor. Only one award will be made under this solicitation. (ix) Offerors shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications �Commercial Items (May 2022), with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable. (x) The clause at FAR 52.212-4, Contract Terms and Conditions � Commercial Items (Nov 2021), applies to this acquisition. (xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders-Commercial Items (May 2022), applies to this acquisition. Additional FAR clauses cited in this clause are applicable to the acquisition and listed in the attachment labeled �Solicitation- FA930122Q0035�. Full text for the clauses and provisions can be accessed via https://www.acqusition.gov/ (xii) Additional Contract Requirement or Terms and Conditions: Please find the contemplated list of additional provisions/clauses within the attachment labeled �Solicitation- FA930122Q0035�. The final list of clauses is dependent upon actual dollar value of the contract award, and may change from those provided in the attachment. (xiii) Response to solicitation includes completion of Check boxes for the following Clauses/Provisions: FAR 52.204-24, and FAR 52.223-22. (xiv) Defense Priorities and Allocation System (DPAS): N/A (xv) Quote Submission Information: Offerors quotes are due by�15 September 2022 at 5:00PM PDT�and must be sent via email to BOTH John Wagner at john.wagner.15@us.af.mil and Joshua Vasquez at joshua.vasquez.5@us.af.mil. No late submission will be accepted. (xvi) For additional information regarding this solicitation contact: Primary Point of Contact: John Wagner at john.wagner.15@us.af.mil,� Secondary Point of Contact: Joshua Vasquez at joshua.vasquez.5@us.af.mil. ��
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0fa7221267244903ac15e24955bb4346/view)
- Place of Performance
- Address: Edwards, CA 93524, USA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN06461833-F 20220914/220912230126 (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 |