Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2023 SAM #7884
SOLICITATION NOTICE

W -- 2 MB-2 tow vehicles

Notice Date
6/27/2023 1:33:57 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
FA4452 763 ESS SCOTT AFB IL 62225-5020 USA
 
ZIP Code
62225-5020
 
Solicitation Number
FA445223QMG15
 
Response Due
6/30/2023 10:00:00 AM
 
Archive Date
07/15/2023
 
Point of Contact
C. Byron Wilson, Phone: 6182290192, Karlye Miller
 
E-Mail Address
charles.wilson.43@us.af.mil, Karlye.miller@us.af.mil
(charles.wilson.43@us.af.mil, Karlye.miller@us.af.mil)
 
Description
27 June 2023 DOCUMENT TYPE:� COMBINED SYNOPSIS/SOLICITATION SOLICITATION NUMBER:� FA445223QMG15 SUBJECT:� �2 MB-2 tow vehicles RESPONSE DATE:� 30 June 2023 at 12:00 Pm Central Daylight Time 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 requested and a written solicitation will not be issued. The solicitation FA445223QMG15 is being issued as a Request for Quotation (RFQ) using FAR 13, �Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-02, effective date 27 June 2023. Notice to Offeror(s)/Supplier(s): The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs The North American Industry Classification System (NAICS) code is : 532120, (Dump truck rental or leasing without operator). The Product Service Code (PSC) is W023, (Lease or Rental of Equipment- Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles) This acquisition is unrestricted. Offerors must be registered in the System for Award Management (SAM) at https://sam.gov/content/home in order to be considered for award. A current copy of a prospective awardee�s Representation and Certification will be validated using the SAM website prior to the issuance of an award. For information regarding the service acceptor or point of acceptance, please refer to 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023) (incorporated by full text) below This notice is a request for quotations. Therefore, all quotations received prior to the RFQ close date will be considered. If you have any questions or inquiries, please email Capt C. Byron Wilson at charles.wilson.43@us.af.mil and Karlye Miller at karlye.miller@us.af.mil no later than (NLT) 29 June 2023, 11:00 AM Central Daylight Time (CDT). All questions received after this time may not be answered or entertained. Please submit your quote through email to the above point of contact (POC) NLT 30 June 2023, 12:00 PM Central Daylight Time (CDT). It is the vendor�s responsibility to monitor the SAM (https://sam.gov) system for amendments issued Combined Synopsis: FA445223QMG15 in reference to this requirement. Any potential amendments will be posted in the same fashion as the solicitation. All Contractors who provide goods/services to the DoD must be registered in the System for Award Management (SAM) Found at https://sam.gov. Failure to comply with SAM registration will deem the Offeror non-responsive and may be ineligible for award. Please provide a quote for the line items listed below. If you are unable to meet the full requirment please submit a quote with your capabilities. Failure to submit all attachments may deem your quote non-responsive. Please ensure quotes in response to this solicitation are valid through 2 August 2023. Table A. CLIN Description Quantity Unit Unit Price Total 0002 MB-2 Tow IAW Attachment 1 � Spec Sheet For 4 July 2023 to 23 July 2023 Class II Perferred 2 EA 0003 Mobilization 2 EA 0004 De-mobilization 2 EA � Total The Table must also be completed and this information will be utilized to help determine CLIN structure and actual pricing once the requirements have been solidified. Pricing will be verified with the apparent awardee based on the evaluation process listed in section VIII of this document. CLIN structure will vary from solicitation based on various requirements for the Government. VENDOR INFORMATION Vendor Name: Tax ID: Quoted By: DUNS: Title: CAGE: Phone: Business Size: Email: Delivery : Warranty: Discount Terms: SHIPPING AND DELIVERY INFORMATION: Delivery: FOB Destination The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all Line Items to: Delivery & Inspection Addresses: Andersen Air Force Base Arc Light Blvd Yigo, GU 96543 Delivery required and for 4 July 2023 to 23 July 2023 BASIS FOR AWARD/EVALUATION PROCEDURES Award will be made IAW FAR 12 and 13 procedures and the procedures specified in this notice, and on the basis of the lowest total aggregate price quote that is technically acceptable. A contract may be awarded to the offeror who is deemed responsible IAW FAR 9.1, as supplemented, whose quote conforms to the notice�s requirements and is judged to represent the technically acceptable quote with the lowest complete and reasonable price. The Government will evaluate the lowest price offeror for technical acceptability as follows. Price � responses will be ordered from lowest to highest based on Table A submission. Technical � technical capabilities will be evaluated as acceptable or unacceptable based on the table below and the information provided in comparison with the SOW. ��������������� Rating������ Description Acceptable Quote clearly meets the minimum requirements of the solicitation, SOW, and specifications provided. Unacceptable Quote does NOT clearly meet the minimum requirements of the solicitation, SOW, and specifications provided. Award will be made on the initial evaluation of quotes received in response to this RFQ.� Therefore, offerors are cautioned to ensure that initial quotes contain your best terms from a technical and price standpoint. Quotes shall provide specifications of proposed items in response to this solicitation limited to 3 pages (8.5� by 11�) using no greater than Times New Roman 12-point font. ATTACHMENTS: Attachment 1: Spec Sheet Attachment 2: Provisions and Clauses ������������������������������������������������������������� (End of Attachments)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ded281ca449a4a1fa1995297ed7bc7db/view)
 
Place of Performance
Address: GU, USA
Country: USA
 
Record
SN06729329-F 20230629/230627230043 (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.