Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 12, 2023 SAM #7836
SOLICITATION NOTICE

J -- Halon Fire Extinguisher maintenance/repair BPA

Notice Date
5/10/2023 10:24:52 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
FA6606 439 CONF PK WESTOVER AFB MA 01022-1508 USA
 
ZIP Code
01022-1508
 
Solicitation Number
FA660623R0006
 
Response Due
6/6/2023 2:00:00 PM
 
Archive Date
06/21/2023
 
Point of Contact
Robert Stacy, Phone: 4135572134
 
E-Mail Address
robert.stacy.2@us.af.mil
(robert.stacy.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
5/10/2023: Update attachments to include a Request For Information (RFI) pdf titled: RFI MSG Halon Fire Extinguisher BPA.� This document will address any questions asked by vendors.� It will be updated whenever a question is received. -------------------------------------------------------------------------------------------------------------------------------------------------------------------- (i)��� 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; proposals are being requested and a written solicitation will not be issued. (ii)��� Solicitation number FA660623R0006, is hereby issued as a Request for Proposal (RFP) for Halon Fire Extinguisher Service/Maintenance Blanket Purchase Agreement (BPA). A BPA will be issued without discussions as a Firm-Fixed Price (FFP) award utilizing FAR Part 13, Simplified Acquisition Procedures. (iii)��� This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2023-03, Defense Federal Acquisition Regulation Supplement (DFARS) Publication Change Notice 04/27/2023, and AFFARS Change 3/1/2023. It is the contractor's responsibility to become familiar with applicable provisions and clauses by visiting https://www.acquisition.gov/. (iv)��� This solicitation is a 100% small business set aside and is restricted to small businesses only in accordance with FAR 19.502-2(b). The North American Industry Classification System Code (NAICS) is 811310 � Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, Small Business Size Standard is $12.5 million dollars. (v)��� Price list: items, quantities, and units of measure: *See Evaluation Factors for Award (page 39) �in Solicitation FA660623R0006 in the attachments (vi)�� Description of Requirement: The vendor will provide Maintenance and servicing of Halon Fire Extinguishers listed in the Performance Work Statement date 22 March 2023 found in solicitation FA660623R0006 starting on page 4. (vii)��� Acceptance is FOB destination: 439 AMXS will deliver and pickup Halon Fire Extinguishers at vendors location.� Vendor will not be responsible for pickup or delivery. �� (viii)�� Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Proposals must include the following information with their proposal: Pricing, Company Name & Address, Point of Contract, Telephone, Email, Cage Code, UEI number, and Business Size. Found on page 39 �Evaluation Factors for Award� in solicitation FA660623R0006 in the attachments. Vendors MUST certify provision 52.204-24 and 52.204-26 by completing the attached PDF titled, �Provisions and Clauses Fill In� and submitting it with their proposals. Vendor Solicitation amendments, if any, need to be acknowledged. (ix)��� Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. See attachment �Provisions and Clauses� for full text. (x)��� Vendors must certify provision 52.212-3, Offeror Representations and Certifications-Commercial Items, if they have not completed the annual reps and certs in SAM, by filling in the appropriate fields in attached PDF titled, �Provisions and Clauses Fill In� and submitting with your Proposal. (xi)��� Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii)��� Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.� (xiii)��� IAW FAR 52.204-16, prospective awardees shall have an active UEI number prior to award of a government contract. To register for a UEI number and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/SAM/. All vendors interested and capable of obtaining contract award must be registered with the Wide Area Work Flow (WAWF) located at https://piee.eb.mil/piee-landing/. Vendors are required to create and submit invoices to the POC electronically through email and receive payment via government purchase card for supplies or services rendered. (xiv)��� Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition. (xv)��� Proposals must be submitted via email no later than (NLT) 05:00 PM EDT, 06 June 2023 to robert.stacy.2@us.af.mil with ""Solicitation FA660623R0006"" in the subject line. Proposal for Solicitation FA660623R0006 concerning this requirement must be submitted in writing to the email list above NLT 12:00 PM EDT, 30 March 2023. (xvi)��� Questions concerning this soliciting should be directed to Robert Stacy at robert.stacy.2@us.af.mil. (xvii)��� The Government�s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9ea94ae781044808a9825da02533882b/view)
 
Place of Performance
Address: Chicopee, MA 01022, USA
Zip Code: 01022
Country: USA
 
Record
SN06677860-F 20230512/230510230111 (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.