Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 22, 2023 SAM #7907
SOLICITATION NOTICE

U -- Trauma Combat Care Instructors (3FTE)

Notice Date
7/20/2023 12:45:25 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
FA2823 AFTC PZIO EGLIN AFB FL 32542-5418 USA
 
ZIP Code
32542-5418
 
Solicitation Number
FA2823-23-Q-6010
 
Response Due
8/2/2023 3:00:00 PM
 
Archive Date
08/17/2023
 
Point of Contact
Taylor J. Ellis, Phone: 8508820272, Ashley Blair
 
E-Mail Address
taylor.ellis.2@us.af.mil, christina.blair.3@us.af.mil
(taylor.ellis.2@us.af.mil, christina.blair.3@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for services 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 is a competitive Request for Quote (RFQ). The Contracting Squadron at Eglin AFB, Florida requires Trauma Combat Casualty Care Instructors in accordance with the Performance Work Statement dated May 2023. This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, FAR Part 13, Simplified Acquisition Procedures, and FAR Part 13.5 Simplified Acquisition Procedures for Certain Commercial Items, as supplemented. This procurement will be conducted as a 100% Small Business Set-Aside; please identify your business size in your response based upon this standard. Award will be made to the lowest priced, responsible Offeror whose offer conforms to all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements. A firm fixed price contract will be awarded. There will be no advance payments. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 20220130, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20221803, and Air Force Acquisition Circular (AFAC) 2021-0726. The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. The Government is not responsible for any costs incurred or associated with preparation and submission of an offer in response to this solicitation. NO OFFERORS WILL BE COMPENSATED FOR SUBMITTING AN OFFER. Please respond to this RFQ by emailing response to: A1C Taylor J Ellis at the e-mail: taylor.ellis.2@us.af.mil no later than 5:00 PM CST, 2 August 2023 (or sooner if possible) to be considered timely. Please contact A1C Taylor J Ellis with additional questions at the above listed email address. (Please provide a quote for the line item listed below. Failure to quote on the CLIN will render the quote unacceptable and ineligible for award consideration in the absence of discussions.) � Special Notes and Instructions: 1. Addendum to 52.212-1 -- Instructions to Offerors � Commercial Items. THIS SECTION IS FOR SOLICITATION PURPOSES ONLY. THIS SECTION WILL BE PHYSICALLY REMOVED FROM ANY RESULTANT AWARD BUT WILL BE DEEMED INCORPORATED BY REFERENCE INTO ANY RESULTANT CONTRACT Relationship between 52.212-1, Instructions to Offerors and Basis for Award Your attention is directed to the functional relationship between FAR 52.212-1, Instructions to Offerors � Commercial Items and the Basis for Award. FAR 52.212-1 provides information for the purpose of organizing and submitting an offeror and is not intended to be all-inclusive. The Basis for Award describes evaluation factors and the basis of award, to include the evaluation procedures for responsiveness to the solicitation, as well as the evaluation of both price and non-price factors. OFFEROR PREPARATION INSTRUCTIONS Offeror Preparation Instructions� This section of the instructions to offeror prescribes the format of the offeror. The offeror is required to thoroughly read the Performance Work Statement, attachment one (1), and submit documentation in accordance with this solicitation. Offeror shall submit a clear and complete offer and include only information that is relevant to this acquisition. Complete CLINs 0001, 1001, and 2001 in the table above and submit the offer by the closing date. The offeror shall assume that the Government has no prior knowledge of their facilities and experience and will base its evaluation on the information presented in the offer. 2. This is a notice that this order is a 100% Small Business Set Aside under NAICS 611519. 3. Questions. Any questions shall be submitted in writing via email to A1C Taylor Ellis at taylor.ellis.2@us.af.mil no later than 25 July 2023 at 3:00pm CST. 4. Basis for Award. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous and the best value to the Government, price and other factors considered. 5. Mandatory Registrations. To be eligible for award, registration with the System for Award Management (SAM) must be current. 6. Attachments. The following attachments are to be included with this Request for Quote: a. Attachment 1 � Performance Work Statement b. Attachment 2 � 52.204-24 Representation c. Attachment 3 � Clauses and Provisions d. Attachment 4 � Wage Determination e. Attachment 5 � Questions and Answers 7. In accordance with Attachment 1, FAR/DFARS provisions and clauses are applicable to this solicitation: It is the firm�s or individuals� responsibility to be familiar with applicable provisions and clauses. All FAR Provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation Table of Contents via the Internet at http://acquisition.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/deaa779ddc0a499ba089e16656da07b0/view)
 
Place of Performance
Address: Eglin AFB, FL 32542, USA
Zip Code: 32542
Country: USA
 
Record
SN06757014-F 20230722/230720230050 (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.