Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 16, 2023 SAM #7751
SOLICITATION NOTICE

D -- Commercial Internet Subscription

Notice Date
2/14/2023 1:30:02 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517111 —
 
Contracting Office
FA3016 502 CONS CL JBSA LACKLAND TX 78236-5286 USA
 
ZIP Code
78236-5286
 
Solicitation Number
FA301623U0043
 
Response Due
2/21/2023 2:00:00 PM
 
Archive Date
03/08/2023
 
Point of Contact
Benjamin Windham, Phone: 478-394-3235, Dylan Shick, Phone: 210-483-3255
 
E-Mail Address
benjamin.windham.1@us.af.mil, dylan.shick@us.af.mil
(benjamin.windham.1@us.af.mil, dylan.shick@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1. This is a combined synopsis/solicitation for commercial items prepared 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; quotes are being requested and a written solicitation will not be issued.� This solicitation is being issued as a Request for Quotation (RFQ). RFQ No. is FA301623U0043. 2. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2023-01 effective 1 December 2022 and DFARS Publication Notice 2023-01-31 effective 31 January 2023 . 3. This acquisition is a 100% Small Business set-aside in accordance with FAR 19.502-2. Interested vendors shall refer any and all eligibility questions to their respective Business Development Specialist at their respective servicing SBA District Office.� The associated NAICS is 517111; the size standard is 1,500 Employees. 4. See the attached solicitation Schedule of Supplies (Reference Atch No. 2) for applicable contract line items (CLINS), quantities, and units of measures. 5. See the attached Schedule of Supplies (Reference Atch No. 2) for the description of requirements. 6. Place of Delivery Hangar 71, 5th St. W., JBSA-Randolph, TX 78150; Delivery shall be FOB Destination. 7. The FAR provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.� Addenda to 52.212-1 is as follows: To assure timely and equitable evaluation of quotations, quoters must follow the instructions contained herein. Quoters are required to meet all solicitation requirements, including all terms and conditions of the RFQ, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Failure to meet a requirement may result in a quotation being ineligible for award. Quoters must clearly identify any exceptions to the solicitation terms and conditions and provide complete accompanying rationale. The Government intends to make award based on the initial quote submissions without conducting interchanges. Therefore, each quote should contain the quoter�s best terms from a price and technical standpoint. However, the Government reserves the right to hold interchanges (using Interchange Notices {INs}) if, during the evaluation, it is determined to be in the best interest of the Government, IAW FAR 52.212-1(g). Interchanges are fluid interaction(s) between the Contracting Officer (CO) and the quoters that may address any aspect of the quote and may or may not be documented in real time. Quoter responses to the INs will be considered in making the award selection decision. Interchanges may be conducted with one, some, or all quoters as the Government is not required to conduct interchanges with any and/or all quoters responding to this solicitation. Quoters shall submit the following items: Price: Quoters are required to complete and return the attached Schedule of Supplies (Atch No. 2) or to provide a quote on company letterhead which must provide the following information as listed in the Schedule of Supplies (Atch No. 2). The Government intends to award based on initial responses, therefore, you are encouraged to offer your most advantageous pricing to include discounts, in the initial response. Technical Specifications � Quotations must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The quotation shall demonstrate the contractor�s ability to provide and install the commercial internet subscription in accordance with the Schedule of Supplies (Atch No. 2). The quotation submittal shall be clear, concise and include sufficient detail for effective evaluation and for substantiation of the validity of stated claims. Amendments (if applicable) � offerors shall acknowledge all amendments in writing with the quotation submittal. Completed Representation and Certifications (e.g. 52.212-3/52.204-24) Addendum to 52.212-1(d), Product Samples, is deleted in its entirety. Addendum to 52.212-1(e), Multiple Offers, is deleted in its entirety. Addendum to 52.212-1(h), Multiple Awards, is deleted in its entirety. 8. The FAR provision 52.212-2, Evaluation - Commercial Items, applies to this acquisition. Addenda to 52.212-2 is as follows: Addendum FAR 52.212-2, paragraph (a) is hereby tailored as follows: If three (3) or fewer quotes are received, the Government will evaluate all quotes for technical acceptability. If more than three (3) quotes are received, the Government will then evaluate the three (3) lowest priced quotes for Technical Acceptability. However, the Government reserves the right to evaluate additional quotes for technical acceptability. If additional quotes are evaluated for technical acceptability, they will be evaluated in the order of increasing total price, when the agency determines that none of the initial three (3) lowest priced quotes are qualified as acceptable. The agency will reject and not consider for award any quote found technically unacceptable and ineligible for award under the terms of this RFQ. Best Value will be based on a Lowest Price Technically Acceptable (LPTA) approach. For this RFQ, best value means a single purchase order shall be made to the responsible contractor whose products are technically acceptable and quotes the lowest total evaluated price. The following two (2) factors shall be used to evaluate quote(s): Technical and Price. Technical - The technical response shall demonstrate compliance with providing and installing the required commercial internet subscription as specified in the attached Schedule of Supplies (Atch No. 2). The technical factor shall be rated acceptable or unacceptable as follows:� � � � � �� Adjectival Rating Description Acceptable Quote provides sufficient information to demonstrate your ability to provide and install the required commercial internet subscription as specified in the attached Schedule of Supplies (Atch No. 2). Unacceptable Quote does not provide sufficient information to demonstrate your ability to provide and install the commercial internet subscription as specified in the attached Schedule of Supplies (Atch No. 2). Total Evaluated Price - Vendors will be ranked from lowest to highest based on initial assessment of total evaluated price. The Government will evaluate quotes for award purposes by adding the extended price (quantities multiplied by unit prices) for each CLIN, including Options as identified in the Schedule of Supplies or the supplied company quotation to determine the total evaluated price. The evaluation of options will be in accordance with FAR 52.217-5. 9. Quoter(s) is(are) required to include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items, and 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, with their quotation. 10. The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services , applies to this acquisition. 11. The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services, all FAR clauses cited in the clause are applicable to the acquisition. 12. Defense Priorities and Allocations System (DPAS) and assigned rating: N/A 13. The complete quotation package is due 21 February 2023 at 4:00 P.M (CT). If you have any questions, please contact Benjamin Windham at benjamin.windham.1@us.af.mil or Dylan Shick at dylan.shick@us.af.mil. All questions and/or requests for information must be submitted no later than 14 February 2023 at 12:00 P.M. (CT). 14. Notice to Vendor(s): The Government reserves the right to cancel this combo/solicitation, either before or after the closing date of receipt of quotations. In the event the Government cancels this solicitation, the Government has no obligation to reimburse the vendor for any costs.� Two (2) Attachments: Clauses and Provisions Official Release Schedule of Supplies Official Release
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/99f3e942f1f04f8e9042c4256a541f81/view)
 
Place of Performance
Address: JBSA Randolph, TX 78150, USA
Zip Code: 78150
Country: USA
 
Record
SN06590812-F 20230216/230214230104 (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.