Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 15, 2022 SAM #7594
SOLICITATION NOTICE

69 -- MOUT Site - Military Operations on Urbanized Terrain

Notice Date
9/13/2022 12:18:01 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
FA4877 355 CONS PK DAVIS MONTHAN AFB AZ 85707-3522 USA
 
ZIP Code
85707-3522
 
Solicitation Number
FA487722QA381
 
Response Due
9/16/2022 3:00:00 PM
 
Archive Date
10/01/2022
 
Point of Contact
Megan Middleton, Phone: 5202283872, Zachary Goit, Phone: 520-228-1846
 
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 solicitation for commercial items prepared in accordance with the format of the Federal Acquisition Regulation (FAR) Subpart 12.6, as well as the acquisition procedures of FAR 13.106. This announcement constitutes the only written solicitation and shall as a combined synopsis and solicitation. The Request for Quotes (RFQ) number FA4877-22-Q-A381, MOUT SITE, shall be used to reference any written quote provided under this RFQ. The RFP document, incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2022-07; effective 10 August 2022. This solicitation is being solicited as a small business set aside. NAICS Code 339999 with a small business size standard of 500 employees. All prospective offerors shall be registered in the System for Award Management (SAM) at www.sam.gov. A lack of a current SAM registration shall make an offeror ineligible for award. The contractor shall provide all the necessary tools, supplies, equipment, transportation, labor, supervision and management required to install the fa�ade for Buildings #34, #35 and #32, and if possible Building #31 (Option Building) at the MOUT Site located at Davis-Monthan AFB (DMAFB), Tucson, AZ. The USAF intends to award a single contract covering Buildings #34, #35 and #32 with one (1) Option Contract Line Item Number (CLIN) for Building #31 for this effort. Notice to Contractors/Vendors: The USAF reserves the right to cancel this RFP, at any time before or after the closing date of the solicitation. In the event that USAF cancels this RFP, the USAF has no obligation to reimburse a contractor for any costs. The USAF requests that all quotes are good for 180 days from the date of submission. This request shall be acknowledged explicitly within all submissions. The contractor shall provide a quote for the following items: CLIN Description� � � � � � � � � � � � � � � � � � � � �CLIN� � � � � � � � � � � Period of Performance� � � � �Unit Price� � � � � �Total Price MOUT Site Building 34� � � � � � � � � � � � � � � � 0001 MOUT Site Building 35� � � � � � � � � � � � � � � � 0002 MOUT Site Building 32� � � � � � � � � � � � � � � � 0003 MOUT Site Building 31 (OPTION)� � � � � � � �0004 (OPTION) Quotes shall be submitted no later than 16 Sept 2022, by 3:00 PM Arizona Standard Time (6:00pm EST). Offerors shall be responsible for verifying the receipt of their quotes to this office before the quote due date and time. The quotes shall be emailed to megan.middleton.5@us.af.mil and zachary.goit@us.af.mil. Note: .zip files are not acceptable for the Air Force Network and will not go through our email system. A site visit will be conducted 09 Sep 2022, at 10:00 AM (Arizona Standard Time). If you are interested in attending, please email megan.middleton.5@us.af.mil and zachary.goit@us.af.mil by 01 Sep 2022 at 3:00 PM (Arizona Standard Time). All questions regarding this RFP shall be submitted via email to megan.middleton.5@us.af.mil and zachary.goit@us.af.mil by 12 Sep 2022 at 11:00 AM (Arizona Standard Time). The USAF shall not provide contract financing for this acquisition. Upon successful award and satisfactory performance, payment shall be submitted via invoice through the Wide Area Workflow website. The provision FAR 52.212-1 is tailored as follows: FAR 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (JUL 2015) To ensure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. The quote shall be complete, self-sufficient, and respond directly to the requirements of this solicitation. Offerors must be currently registered in the System for Award Management (https://sam.gov) and agree to remain registered while performing services in the support of Davis-Monthan AFB, AZ. The offerors response shall consist of: Technical: Offerors shall provide the necessary and requested information found herein this solicitation in order to fully demonstrate their technical capability in fulfilling this requirement. In addition to the written explanation required from the offeror, the attached Technical Volume Questionnaire (TVQ) shall be completely filled out in legible manner. Pricing: Offerors shall provide pricing for all Line Items. The extended amount for each Line Item must equal the unit price multiplied by the number of units. It is imperative the mathematical calculations are correct. Numeric rounding shall be limited to two decimal places. Offerors shall clearly state if any discount terms are offered. If an offeror has completed the annual representations and certifications via the System for Award Management (SAM) website, and after reviewing the SAM database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications�Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer, then the offeror does not need to include a copy of the representations and certifications with the quote. However, if any information within 52.212-3 has been updated for this solicitation only, or if there are any other changes, then the offeror must include those changes within the price volume. (End of Provision) The provision FAR 52.212-2, is tailored as follows: FAR 52.212-2, EVALUATION � COMMERCIAL ITEMS (OCT 2014) � ADDENDUM (Using FAR 13.106 Procedures) 1. 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, after evaluating the technical factors (durability and realistic appearance) and then price. Therefore, the USAF may award the contract to an offeror that is not the lowest price if that offeror is more technically advantageous than other offerors. However, if all the offereors are evaluated to be equally technically advantageous, then the USAF may award to the lowest priced offeror. The following factors shall be used to evaluate the quotes: Durability of the fa�ade required for the MOUT Site Realistic Appearance of the fa�ade Price of the fa�ade for the minimum required three buildings with an option for the fourth building, if possible 2. BASIS FOR CONTRACT AWARD: Three factors will be used to evaluate offerors� quotes: durability of the fa�ade, the realistic appearance of the fa�ade and the price. The USAF will award the contract to the best overall offeror, based upon an integrated assessment of the technical factors, the durability of the fa�ade and its realistic appearance, and price. The assessment shall include a best value assessment between the technical factors and price among the quotes that conform to FAR 52.212-1, have acceptable technical ratings for durability and realistic appearance, adequate pricing and are below the affordability gate of $355,000. The non-price factors, when combined, are more important than the price factor. The Government intends to evaluate offers and award a contract without discussions with offerors. 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. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. 3. TECHNICAL VOLUME � NOT TO EXCEED 10 PAGES i. The technical volume shall not make any reference to cost or price data. ii. Durability factor � the offerors shall submit a detailed written explanation that adequately explains how the fa�ade will satisfy the requirement. The explanation shall be thorough and detailed enough that the USAF technical evaluation team can clearly understand and evaluate the approach and materials used for the fa�ade to determine that they are technically acceptable. The attached TPQ doesn�t count toward the 10 page limit for the technical volume. iii. Realistic factor - the offerors shall submit a detailed written explanation that adequately explains how the fa�ade will satisfy the requirement. The offeror shall submit pictures of previous MOUT site facades that they have completed. The purpose of the pictures is to aid the USAF technical evaluation. If the offeror cannot submit pictures as part of their quote, the offeror shall explain, in writing, why pictures cannot be provided and how they will be able to fully satisfy this technical requirement. iv. Past performance will be evaluated to assist in determining contractor responsibility in accordance with FAR 9.104-1 but will not be included as a sub factor or rated. By submission of its offer, the offeror accedes to all solicitation requirements including: terms and conditions, representations and certifications, technical requirements, and the evaluation factors contained herein. Failure to meet a requirement may result in an offer being determined unacceptable for award. The offeror must clearly identify any exception to the solicitation terms and conditions with accompanying rationale. The evaluation shall proceed as follows: � � � � a. Technical Acceptability � The Government technical evaluation team shall evaluate the technical quotes at the factor level, assigning an �Acceptable� or �Unacceptable� rating as defined below: � � � � � � � � � � � � � � 1. Acceptable � The quote clearly meets the minimum requirements of the solicitation and Performance Work� � � � Statement. � � � � � � � � � � � � � � 2. Unacceptable � The quote does not clearly meet the minimum requirements of the solicitation and Performance Work Statement. 4. PRICE VOLUME � NOT TO EXCEED 3 PAGES i. A Summary Pricing sheet shall be completed as a part of the Pricing Volume.� This summary shall delineate each CLIN price and the Total Evaluated Price (TEP). The attached Summary Pricing sheet doesn�t count toward the 3 page limit for the price volume. ii. Price Evaluation � The Government will evaluate the offeror�s price quote, to include all options, for price completeness and reasonableness as described below. � � � � � � � � � � � � � a. Completeness � The offeror�s price quote will be evaluated for completeness by confirming the offeror has provided unit and total price for all CLINs. � � � � � � � � � � � � � b. Reasonableness - The offeror�s price will be evaluated for reasonableness through one or more of the methods specified in FAR 13.106-2 & 3. � � � � � � � � � � � � � �c. 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). � � � � � � � � � � � � � �d. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful 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 (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) GENERAL INSTRUCTIONS and OTHER INFORMATION 1. Agreement with terms and conditions: � � � � � � � � � Submission of an offer indicates 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.� 2. Multiple Offers: � � � � � � � � � The Government will only accept one (1) quote per offeror.� Multiple offers will not be accepted. 3. Late submissions, modifications, revisions, and withdrawals of offers: (a)� Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. �(b)�� Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is ""late"" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- � � � � � � � � � � � � � � � � � � � �(1)� There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or � � � � � � � � � � � � � � � � � � � � (2)� If this solicitation is a request for quotes, it was the only quote received. � � � � � � � � � � � � � � � � � � � � �(i)� However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (c)� Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (d)� If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (e)� Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. Solicitation Attachments: Technical Volume Questionnaire Summary Pricing Sheet Photos of MOUT Site buildings, 34, 35, 32 and 31 PWS_MOUT Site Appendix F PWS This RFQ has been updated with the Questions and Answers Set #1, dated 26 August 2022
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/14486af2fc254a229b0b2139f3bad1bd/view)
 
Place of Performance
Address: AZ 85707, USA
Zip Code: 85707
Country: USA
 
Record
SN06463827-F 20220915/220913230135 (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.