Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 04, 2023 SAM #7920
SOLICITATION NOTICE

H -- FY 24 Airfield Lighting - Edwards, CA

Notice Date
8/2/2023 9:35:03 AM
 
Notice Type
Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
FA930123Q0014
 
Response Due
9/1/2023 4:00:00 PM
 
Archive Date
09/16/2023
 
Point of Contact
Alejandra Negrete, Jillian Marroquin, Phone: 6612773053
 
E-Mail Address
alejandra.negrete@us.af.mil, jillian.marroquin@us.af.mil
(alejandra.negrete@us.af.mil, jillian.marroquin@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AFTC/PZIOB Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524 SUBJECT:� Airfield Lighting Control and Monitoring System Maintenance � Combine Synopsis/Solicitation REF NO.:� FA9301-23-Q-0014 (i) This is a combined synopsis/solicitation (hereafter referred to as �solicitation�) for commercial services prepared in accordance with the format in Federal Acquisition Regulation (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. The Simplified Acquisition Procedures (FAR Part 13 will be used for the requirement.) (ii) Solicitation Number: FA9301-23-Q-0014*Please provide the full solicitation number on all correspondence** This solicitation is issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2023-04, DPN 20230720, DAFAC 2023-0707. (iv)� THIS REQUIRMENT WILL BE: 100% Small Business Set Aside. The North American Industry Classification System (NAICS) number for this acquisition is 238210 with a size standard of $19M. The applicable Product Service Code (PSC) is H259, Equipment And Materials Testing- Electrical And Electronic Equipment Components. � (v) Contract Line Item Number (CLIN) Nomenclature- The following services are required for each year of contract services, and are provided as an example of the CLIN structure. See model contract/solicitation, attachment-6, for more information: CLIN X001: ALCMS Semi-Annual Testing, Inspection and Maintenance CLIN X002: Emergency Service Call CLIN 0003: Circuit Regulator Testing (Not To Exceed (NTE) $15,000 � Base Year Only) (vi) Description: The contractor shall provide all management, personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and nonpersonal services necessary to perform Airfield Lighting and Control Monitoring Maintenance and Repair Service as defined in this Performance Work Statement (PWS) except for those items specified as Government Furnished Property and services. The contractor shall perform to the standards in this contract. This includes the planning, coordination, and surveillance of the activities necessary to ensure disciplined work performance and timely resources application to accomplish all tasking under the contract. (vii) The anticipated contract will a base year, plus four 1-year options Firm-Fixed-Price (FFP), Definitive contract. The base year period of performance is 01 October 2023 � 30 September 2024. (viii) The provision at 52.212-1, Instructions to Offerors � Commercial applies to this acquisition. (ix) The provision at 52.212-2 -- Evaluation -- Commercial Items applies to this acquisition. Please see below for addendum: ADDENDUM to FAR 52.212-2 Basis For Contract Award: This will be awarded to the Lowest Price Technically Acceptable Offeror. Quotes will be reviewed in sequence with the lowest priced offer being evaluated first. The Program Manager will evaluate the quote to determine technical acceptability on an acceptable/unacceptable basis. If a quote fails, it will be determined to be not technically acceptable, and the next quote will be evaluated. If the initial lowest price is found to be technically acceptable, evaluation stops, and award will be made to that vendor. Only one award will be made under this solicitation.�� Additional Instructions: Part I � Offeror Quotation � Submit by email (1) virus free electronic copy in .pdf, utilizing the model contract CLIN structure in attachment-6. Part II � Technical Capability - Submit by email (1) virus free electronic copy in .pdf or Microsoft Word or Excel. a. Technical capability document must address and meet BOTH of the following requirements below to be considered �technically acceptable�: Mission Essential Contractor Services Plan: IAW DFARS 252.237-7023, Continuation of Essential Contractor Services, contractor shall address how mission essential Airfield Lighting Control Monitoring System services shall be provided during periods of crisis. The plan must adequately demonstrate a sound, logical approach. The plan must address each element as specified in paragraph 3 in the Mission Essential Contractor Services Plan Template, attachment-2. If the plan is found technically unacceptable, quote evaluation stops, and the Government will begin evaluating the quote of the next higher-priced vendor. If the plan meets the requirement, the vendor�s Minimum Qualifications will then be evaluated. Minimum Qualifications: IAW section 1.13 of the PWS, the Contract Manager (CM) and alternate must have specific requirements. Please review this section in the PWS and provide documentation to show that the requirement has been met. If the qualification is found technically unacceptable, quote evaluation stops, and the Government will begin evaluating the quote of the next higher-priced vendor. If the qualification provided meets the requirement, then the vendor will be deemed technically acceptable. (x) Vendors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its quote. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. (xiii) Additional Contract Requirement or Terms and Conditions: See model contract (Attachment-6) (xiv) Defense Priorities and Allocation System (DPAS):� N/A (xv) �Vendor quotes are due by 1 September 2023 at 4:00 PM PDT, and shall be submitted via email to Ms. Alejandra Negrete alejandra.negrete@us.af.mil and Mrs. Jillian R. Marroquin jillian.marroquin@us.af.mil; No late quotations will be accepted. (xvi) Primary Point of Contact:� Alejandra Negrete, Contract Specialist at alejanda.negrete@us.af.mil��� Secondary Point of Contact: Jillian R. Marroquin, Contracting Officer at jillian.marroquin@us.af.mil A site visit/pre-quote conference (hereafter referred to as Site Visit) will be held 17 August 2023, beginning at 9 AM Pacific Daylight Time (PDT).� Attendance is highly encouraged but not mandatory.� Vendors must inform the points of contact identified herein of their planned attendance no later than 1:00 PM PDT on August 10, 2023.� Information/instructions regarding the Site Visit can be found at Attachment-5 to the solicitation. Potential Vendors must be registered in the System for Award Management (https://www.sam.gov) prior to contract award. Any Questions regarding this solicitation are due on or before 21 August 2023 by 4:00pm PDT (02 August 2023-21 August 2023 is referred to as the Q&A Window). No questions submitted after this deadline will be considered. Vendors are encouraged to prepare questions in advance of Site Visit attendance, as this will aid the Government in developing responses. All Questions submitted within the Q&A window will be answered and posted as an amendment to this Solicitation on or before 25 August 2023.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ce4b7637079c421a8db28f8e67469f98/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN06773127-F 20230804/230802230044 (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.