Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2023 SAM #7897
SOLICITATION NOTICE

58 -- Over the Speed Detection, Maxwell AFB, AL

Notice Date
7/10/2023 2:39:04 PM
 
Notice Type
Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
FA3300 42 CONS CC MAXWELL AFB AL 36112-6334 USA
 
ZIP Code
36112-6334
 
Solicitation Number
FA330023Q1122
 
Response Due
7/20/2023 10:00:00 PM
 
Archive Date
08/05/2023
 
Point of Contact
Jaeden Alvarez, Phone: 3349536218, Jeremy B. Kersey, Phone: 3349533526, Fax: 3349532198
 
E-Mail Address
jaeden.alvarez.2@us.af.mil, jeremy.kersey.1@us.af.mil
(jaeden.alvarez.2@us.af.mil, jeremy.kersey.1@us.af.mil)
 
Description
GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg. 804, Maxwell AFB, AL has a requirement to purchase Over-speed and Wrong way detection for the 42 Air Base Wing encompassing Maxwell and Gunter Air Force Bases. This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) 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 requirement is issued as Request for Quote (RFQ) (Reference-Number (F2X3B23153AW01). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular (FAC) 2023-04, Defense Publication Notice (DPN) 20230609 and Air Force Acquisition Circular (AFAC) 20230508. A Firm Fixed Priced Award will be made IAW the following: NAICS Code: 334290; Size Standard: 800 Employees IMPORTANT NOTES: THE GOVERNMENT IS SOLICITING FOR �OPEN MARKET� QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES, OR OTHER GOVERNMENT-WIDE ACQUISITION CONTRACTS (GWAC) QUOTES, WILL NOT BE CONSIDERED. ALL PRODUCTS/ LICENSES MUST BE NEW: NO USED/ REFURBISHED OR USED ITEMS WILL BE ACCEPTED. THIS IS A 100% SMALL BUSINESS SET-ASIDE AND ONLY OFFERS FROM SMALL BUSINESSES WILL BE ACCEPTED. ALL QUOTATIONS RECEIVED WILL BE REVIEWED. NATURE OF ACQUISITON: 42d Security Forces Squadron (SFS), located on Maxwell AFB, AL has a requirement to purchase the below listed items outlined in CLIN 0001. This procurement will be awarded under FAR Part 13 Simplified Acquisition Procedures. All inquiries/ responses to this notice must be received by Friday, July 21, 2023 at 12:00 PM CDT. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following items: Contract Line Item Description Quantity Unit Price Extended Price 0001 Overspeed and Wrong Way Detection in accordance with (IAW) Statement of Requirement (SOR) para. 2.1. 1 ea. DELIVERY INFORMATION Building 943 130 West Selfridge Maxwell AFB, AL 36112 QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Failure to do so may result in an offer being determined non-responsive. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers. Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will be considered late and handled in accordance with FAR 52.212-1(f). Multiple offers will not be accepted under this Request for Quotation nor will multiple awards be considered. THE OFFEROR�S QUOTE PACKAGE SHALL INCLUDE THE FOLLOWING: The offeror must submit dated quote with unit prices and extended prices in response to this solicitation and Statement of Requirements. Performance Capability Statement: The offeror shall provide documentation that clearly demonstrates their capability of meeting all of the requirements for CLIN 0001 in the Schedule of Supplies/Services as outlined in the attached Statement of Objectives (SOO) Paragraph 21. Representations and Certifications: Offerors must include a completed copy of the provisions in accordance with 52.212-3, the offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision, including the additions to (c) (11) at 52.212-3, Alternate I. Offerors must confirm country of origin. If any products offered are not a domestic, qualifying country, or designated country end product IAW DFARS 252.225-7001 (Buy American and Balance of Payments Program), offerors are required to submit a completed copy of the DFARS 252.225-7000 (Buy American--Balance of Payments Program Certificate) certification, from SAM, with their quote. Section 889 - Offerors must complete and return with quote the provisions 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and 52.204-26, Covered Telecommunications Equipment or Services- Representation. Interested parties capable of providing the requirement must include discount terms, if applicable, tax identification number, cage code, and Unique Entity Identifier (UEI). To be eligible to receive an award resulting from this RFQ, contractors MUST BE REGISTERED and ACTIVE in the DoD Systems for Award Management (SAM) database at time of quotation submission, no exceptions. Contractors not registered in SAM, your quote will not be evaluated. To register, please visit http://www.sam.gov or call 1-866-606-8220. Responses to this notice shall be provided �in writing via email to both the Contract Specialist, Katrice Perry at katrice.perry.5@us.af.mil and the Contracting Officer, Jeremy Kersey at jeremy.kersey.1@us.af.mil All responses shall be received NLT 12:00pm CST on Friday, 21 July 2023. Email is the preferred method. Upon receipt of your quote, the Government will confirm receipt within 24 hours. If a confirmation has not been received within 24 hours, please contact the Contract Specialist or the Contracting Officer identified in this notice. BASIS FOR AWARD This will be a competitive best value acquisition utilizing FAR 13, Simplified Acquisition Procedures. Award will be made to the lowest priced offeror that meets the minimum criteria identified below. Quotes will be assigned ratings of Acceptable (clearly meets minimum requirements) and Unacceptable (does not clearly meet minimum requirements). Performance Capability Statement: The offeror�s provided documentation will be evaluated to ensure that it clearly demonstrates their capability of meeting all of the requirements for CLIN 0001 in the Schedule of Supplies/Services as outlined in the attached Statement of Objectives (SOR) Paragraph 2.0. Price. The Government may use any of the following price analysis techniques IAW FAR 13.106-3(a) to determine price reasonableness: competitive quotes, comparison of the proposed price with prices found reasonable on previous purchases, a comparison with similar items in a related industry, comparison to an independent Government estimate, or any other reasonable basis. ATTACHMENTS: Attachment 1 - Statement of Requirement (SOR) Attachment 2 - Clauses and Provisions
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d48017d044574151a581269ff4945ac9/view)
 
Place of Performance
Address: Montgomery, AL 36112, USA
Zip Code: 36112
Country: USA
 
Record
SN06742386-F 20230712/230710230049 (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.