Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 27, 2023 SAM #7912
SOLICITATION NOTICE

H -- Physics Support for Radiology Equipment

Notice Date
7/25/2023 6:24:58 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
FA2823 AFTC PZIO EGLIN AFB FL 32542-5418 USA
 
ZIP Code
32542-5418
 
Solicitation Number
FA2823-23-Q-0039
 
Response Due
7/27/2023 2:00:00 PM
 
Archive Date
08/11/2023
 
Point of Contact
Jenelle Dukes, Phone: 8508820362, Matthew Daub, Phone: 8508820358
 
E-Mail Address
jenelle.dukes@us.af.mil, matthew.daub@us.af.mil
(jenelle.dukes@us.af.mil, matthew.daub@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial 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) and the solicitation number for this requirement is FA2823-23-Q-0039. The Contracting Squadron at Eglin, AFB, Florida, requires Physics Support for Radiology Equipment in accordance with the Performance Work Statement attached. 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. The North American Industry Classification System code (NAICS) is 541690, Other Scientific and Technical Consulting Services, with a size standard of $19M. A firm fixed price contract will be awarded. There will be no advance payments. 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. REQUIREMENT: CLIN 0001 FIRM-FIXED PRICE (QTY 1 LO) Physics Support for Radiology Equipment / POP: 1 Sep 23 � 31 Aug 24 in accordance with the Performance Work Statement attached. CLIN 1001 FIRM-FIXED PRICE (QTY 1 LO) Physics Support for Radiology Equipment / POP: 1 Sep 24 � 31 Aug 25 in accordance with the Performance Work Statement attached. CLIN 2001 FIRM-FIXED PRICE (QTY 1 LO) Physics Support for Radiology Equipment / POP: 1 Sep 25 � 31 Aug 26 in accordance with the Performance Work Statement attached. CLIN 3001 FIRM-FIXED PRICE (QTY 1 LO) Physics Support for Radiology Equipment / POP: 1 Sep 26 � 31 Aug 27 in accordance with the Performance Work Statement attached. The Contracting Officer has determined that there is a high probability of adequate price competition for this acquisition. Upon examination of the initial offers, the Contracting Officer will review this determination and if, in the Contracting Officer�s opinion, adequate price competition exists no additional cost information will be requested. However, if at any time during the evaluation the Contracting Officer determines that adequate price competition no longer exists, Offerors may be required to submit information to the extent necessary to determine the price fair and reasonable. BASIS FOR AWARD: In accordance with FAR 13.106-1(a)(2) offerors are notified that the award will be made to the lowest priced offeror that meets the minimum technical requirements. Offeror will be evaluated in accordance with FAR 13.106-2(b) Offerors must submit quotations for all items listed. Partial offers will not be considered for award. In accordance with, FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08 effective 18 October 2022, DFARS effective 18 October 2022, and AFFARS effective: 1 July 2022. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE TO THIS SOLICITATION AND ARE INCORPORATED BY REFERENCE: See attached Clause List THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE TO THIS SOLICITATION AND ARE PROVIDED IN FULL TEXT: See attached Clause List All offers must list UEI number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov/portal/public/SAM/. Lack of registration in SAM database with the selected NAICS will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Submit any questions to the attention of Jenelle Dukes by email to jenelle.dukes@us.af.mil no later than 9:00 AM (CST) on 24 July 2023. Answers to questions will be posted on 25 July 2023 with final quotes due no later than 4:00 PM (CST) 27 July 2023 via email to Jenelle Dukes at jenelle.dukes@us.af.mil. Attachments: 1. Performance Work Statement 2. Clause List 3. AMENDMENT Combo 7.19.2023
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/432598edd0974e469a7cdf5e6ef63c69/view)
 
Place of Performance
Address: Eglin AFB, FL 32542, USA
Zip Code: 32542
Country: USA
 
Record
SN06762191-F 20230727/230725230046 (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.