Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 30, 2023 SAM #7946
SOLICITATION NOTICE

J -- 190th ARW Fire Extinguisher Servicing

Notice Date
8/28/2023 1:12:56 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423850 — Service Establishment Equipment and Supplies Merchant Wholesalers
 
Contracting Office
W7M9 USPFO ACTIVITY KSANG 190 TOPEKA KS 66619-1429 USA
 
ZIP Code
66619-1429
 
Solicitation Number
W50S7Y23Q0005
 
Response Due
9/26/2023 12:00:00 PM
 
Archive Date
10/11/2023
 
Point of Contact
Justin Nightingale, Phone: 7858614738, Cody Criqui, Phone: 7858614732
 
E-Mail Address
justin.nightingale.1@us.af.mil, cody.criqui@us.af.mil
(justin.nightingale.1@us.af.mil, cody.criqui@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 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 solicitation W50S7Y-23-Q-0005 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04 effective 2Jun23. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 423850 and the small business size standard is 125 employees. As a result of this RFQ, the Government intends to award a firm fixed price contract to the offeror whose quote conforms to the combo and statement of work (SOW) requirements, and who is deemed responsible IAW FAR 9.104. Evaluating criteria will be based on price IAW FAR 52.212-2. Please Note: Funding is not currently available for this acquisition. No contract award will be made until appropriated funds are made available. FAR 52.232-18, Availability of Funds (APR 1984) applies to this acquisition. The 190th ARW Forbes Field ANGB Civil Engineering Fire Department has a requirement for the following fire extinguisher servicing items: CLIN 0001 � Complete 331 fire extinguishers services in accordance with the attached SOW. Quotes must annotate the GSA Schedule/Contract Number if applicable, TAX ID, and CAGE CODE/SAM UEI number. Please ensure quotes are valid until 30Sep23. Attachments: Statement of Work Fire Ext for 190th Instructions to Offerors: FAR provision 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services (MAR 2023), applies to this acquisition. As prescribed in FAR 12.301(b)(1), the following addendum is provided for this solicitation and hereby amends any language therein: Quoted amounts need to be net prices without tax The Government reserves the right to award on an ""All or None"" basis Quotes, attachments, and all other correspondence as listed in this solicitation must be emailed to 190ARW.Contracting.Org@us.af.mil Quotes are due by 26Sep23 @2:00 PM CST Quotes must be valid until 30Sep23 Quotes shall not exceed 10MB in size The anticipated award date is 30Sep23 All firms must be registered in the System for Award Management (SAM) database @ www.sam.gov to be considered for award Evaluation Criteria: FAR Provision 52.212-2, Evaluation -- Commercial Products and Commercial Services (NOV 2021), applies to this acquisition. As prescribed in FAR 12.301(c), the following addendum is provided for this solicitation and hereby amends any language therein: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on all or none and best value to the Government. The Government may award without discussions; however, the Government reserves the right to conduct discussions if deemed in the Government's best interest. Quotes will be evaluated on price and past performance based on a review of FAPIIS and SPRS. Award will be based on the offer that represents the best value to the Government. NOTE: The Government will perform a comparative evaluation (comparing quotes to each other) to select the contractor that is best suited and provides the best value, considering the evaluation factors in this solicitation. No adjectival ratings will be assigned to the evaluation factors. The award will be based on price and other factors as listed above. The lowest priced offer may not necessarily represent the best value to the Government.� Provisions and Clauses: Provisions and Clauses Incorporated by Reference: 52.204-7��������� System for Award Management (OCT 2018) 52.204-13������� System for Award Management Maintenance (OCT 2018) 52.204-14������� Service Contract Reporting Requirements (OCT 2016) 52.204-16������� Commercial and Government Entity Code Reporting (AUG 2020) 52.204-17������� Ownership or Control of Offeror (AUG 2020) 52.204-18������� Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-20������� Predecessor of Offeror (AUG 2020) 52.204-21������� Basic Safeguarding of Covered Contractor Information Systems (NOV 2021) 52.204-23������� Prohibition on Contracting for Hardware, Software, and Services Developed or ����������������������� Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) 52.204-25������� Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.204-27������� Prohibition on a ByteDance Covered Application (JUN 2023) 52.209-6��������� Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.209-10������� Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.212-3��������� Offeror Representations and Certifications�Commercial Products and Commercial Services (CD 2023-O0002, Rev 1) 52.212-3��������� Offeror Representations and Certifications�Commercial Products and Commercial Services�Alternate I (OCT 2014) 52.212-4��������� Contract Terms and Conditions�Commercial Products and Commercial Services (DEC 2022) 52.219-6 �������� Notice of Total Small Business Set-Aside (NOV 2020) 52.219-28������� Post-Award Small Business Program Re-representation (SEP 2021) 52.219-33������� Non-Manufacturer Rule (SEP 2021) 52.222-3��������� Convict Labor (JUN 2003) 52.222-21������� Prohibition of Segregated Facilities (APR 2015) 52.222-22������� Previous Contracts and Compliance Reports (FEB 1999) 52.222-25������� Affirmative Action Compliance (APR 1984) 52.222-26������� Equal Opportunity (SEP 2016) 52.222-36������� Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-41������� Service Contract Labor Standards (AUG 2018) 52.222-42������� Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-50������� Combating Trafficking in Persons (NOV 2021) 52.222-55������� Minimum Wages Under Executive Order 13658 (JAN 2022) 52.222-62������� Paid Sick Leave Under Executive Order 13706 (JAN 2022) 52.223-11������� Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) 52.223-18������� Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.223-22������� Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation (DEC 2016) 52.225-13������� Restrictions on Certain Foreign Purchases (FEB 2021) 52.232-18������� Availability of Funds (APR 1984) 52.232-33������� Payment by Electronic Funds Transfer�System for Award Management (OCT 2018) 52.232-39������� Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40������� Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) 52.233-3��������� Protest after Award (AUG 1996) 52.233-4��������� Applicable Law for Breach of Contract Claim (OCT 2004) 252.203-7000� Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002� Requirement to Inform Employees of Whistleblower Rights����������� (DEC 2022) 252.203-7005� Representation Relating to Compensation of Former DoD Officials (SEP 2022) 252.204-7003� Control of Government Personnel Work Product (APR 1992) 252.204-7008� Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) 252.204-7012� Safeguarding Covered Defense Information and Cyber Incident Reporting (JAN 2023) 252.204-7015� Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023) 252.204-7016� Covered Defense Telecommunications Equipment or Services--Representation����� �� ����������������������� (DEC 2019) 252.204-7017� Prohibition on the Acquisition of Covered Defense Telecommunications ����������������������� Equipment or Services�Representation (MAY 2021) 252.204-7018� Prohibition on the Acquisition of Covered Defense Telecommunications ����������������������� Equipment or Services (JAN 2023) 252.204-7019� Notice of NIST SP 800-171 DoD Assessment Requirements (MAR 2022) 252.204-7020� NIST SP 800-171 DoD Assessment Requirements (JAN 2023) 252.204-7024� Notice on the use of the Supplier Performance Risk System (MAR 2023) 252.211-7003 Item Unique Identification and Valuation (JAN 2023) 252.211-7008� Use of Government-Assigned Serial Numbers (SEP 2010) 252.223-7008� Prohibition of Hexavalent Chromium (JAN 2023) 252.225-7012� Preference for Certain Domestic Commodities (APR 2022) 252.225-7048� Export-Controlled Items (JUN 2013) 252.225-7055� Representation Regarding Business Operations with the Maduro Regime (MAR 2022) 252.225-7056� Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023) 252.232-7003� Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7010� Levies on Contract Payments (DEC 2006) 252.237-7010� Prohibition on Interrogation of Detainees by Contractor Personnel (JAN 2023) 252.239-7098� Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites - Representation (DEVIATION 2021-O0003) 252.244-7000� Subcontracts for Commercial Items (JAN 2023)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c34d3d6c36fc4f20bcdca2689e712753/view)
 
Place of Performance
Address: Topeka, KS 66619, USA
Zip Code: 66619
Country: USA
 
Record
SN06808892-F 20230830/230828230100 (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.