SOLICITATION NOTICE
70 -- Public Affairs Equipment
- Notice Date
- 8/16/2023 6:07:53 AM
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- FA6633 934 AW PK MINNEAPOLIS MN 55450-2100 USA
- ZIP Code
- 55450-2100
- Solicitation Number
- FA6633-23-Q-A008
- Response Due
- 8/31/2023 1:00:00 PM
- Archive Date
- 09/15/2023
- Point of Contact
- Michelle L Hogan, Phone: 6127131434, Fax: 6127131425, Eva Leavitt, Phone: 6127131438, Fax: 6127131425
- E-Mail Address
-
michelle.hogan.1@us.af.mil, eva.leavitt@us.af.mil
(michelle.hogan.1@us.af.mil, eva.leavitt@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 items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, �Streamlined Procedures for Evaluation and Solicitation for Commercial Items,� 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 934 Airlift Wing at the Minneapolis Air Reserve Station, Minneapolis, Minnesota has a requirement for apple products and other equipment/supply items for Public Affairs office at our installation. This requirement will be a Total Small Business set-aside. The Combined Synopsis/Solicitation Number: FA6633-23-Q-A008. This is a Request for Quote (RFQ) to purchase equipment to support our Public Affairs Office. Listing of equipment is attached. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2023-04 effective 2 June 2023.� Defense Federal Acquisition Regulation Supplement Change Notice Effective 20 July 2023, and DAFFARS (Department of the Air Force Federal Acquisition Regulation Supplement) Change Notice Effective 7 July 2023. This requirement is a total small business set-aside, brand name specific. �The NAICS code for this requirement is 334111 (electronic computer manufacturing) with a small business size standard of 1,250 employees. Quotes will be evaluated in accordance with FAR Clause 52.212-2 (attached). Prospective vendors must be actively registered with the SAM.gov system. The offeror is responsible to download any amendments and other documents from the www.Sam.gov website without further notice from the 934th Airlift Wing Contracting Office. Contract Line items: The contractor shall provide all labor, equipment, materials, delivery and all other items necessary to provide the following item(s): 1 Lot- (see attached list of equipment to quote) Delivery: FOB Destination to Bldg. 760, 934th Airlift Wing, 760 Military Highway, Minneapolis, MN 55450-2100.� ARO-60 Days recommended. Quotes are due on Thursday, August 31 at 3:00 p.m. It is the firm, or individual, 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 https://www.acquisition.gov. NOTE: OFFICIAL UNITED STATES (US) GOVERNMENT PURCHASES ARE TAX EXEMPT. Evaluation of offerors will include price, technical capability and period of performance. Those offerors who quote a delivery time outside of 30 days may not be considered. � ATTACHMENTS: Clause Selection for FAR and DFARS List of equipment to quote Combined synopsis/solicitation Brand name letter AFFARS Clauses Incorporated by Full Text 5352.201-9101����������������������������������������������������������� AFRC Ombudsman 10/1/2019 An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Col Brandon Douglass, HQ AFRC/DS, 155 Richard Ray Blvd, Robins AFB GA 31098. Comm: 312-497-1008. Email: brandon.douglass.2@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. The ombudsman has no authority to render a decision that binds the agency. Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer. (End of clause) 5352.223-9000��������������� Elimination of Use of Class I Ozone Depleting Substances (ODS) 10/1/2019 Contractors shall not: Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order. [Note: This prohibition does not apply to manufacturing.] For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC- 12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.] (End of clause)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2275adc38a844a5ab9ddcf9d8b0bd848/view)
- Place of Performance
- Address: Minneapolis, MN 55450, USA
- Zip Code: 55450
- Country: USA
- Zip Code: 55450
- Record
- SN06793684-F 20230818/230817085756 (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 |