Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 16, 2023 SAM #7963
SOLICITATION NOTICE

65 -- Audiometric Booths

Notice Date
9/14/2023 7:57:48 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
AudiometricBooth
 
Response Due
9/19/2023 12:00:00 PM
 
Archive Date
10/04/2023
 
Point of Contact
Brian Wu, Jahdiel Salazar
 
E-Mail Address
brian.wu@us.af.mil, jahdiel.salazar.1@us.af.mil
(brian.wu@us.af.mil, jahdiel.salazar.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(i)�This is a combined synopsis/solicitation�for�commercial products�or�commercial services�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; proposals are being requested and a written�solicitation�will not be issued. (ii)�Solicitation Number: Audiometric Booth **Please provide the full solicitation number on all packages** This solicitation is issued as a combined synopsis/solicitation. (iii)�This�solicitation�document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05 and DPN 8/17/2023 and DAFAC 2023-0707. (iv)�THIS REQUIREMENT WILL BE: A Small Business Set Aside. The North American Industry Classification System (NAICS) number for this acquisition is 334510 with a size standard of 1250 employees. (v)�CLIN Nomenclature CLIN 0001 Audiometric Booth Mini single audiometric sound booths to conduct hearing tests. Qty: 6 (vi)�Description of requirements for the items to be acquired: The Air Force Test Center (AFTC), Edwards Air Force Base (EAFB), CA has a requirement for Audiometric booths. These units are a requirement for Reserve Medical Unit to perform hearing test for all 452 AMW flyers. (vii)�Estimated Delivery: 30 DARO, FOB: Destination Edwards AFB, CA (viii)�The provision at�52.212-1, Instructions to�Offerors-Commercial Products�and�Commercial Services, applies to this�acquisition.� All provisions and clauses can be viewed in their entirety at acquisition.gov. ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: UEI Number: TIN Number: CAGE Code: Contractor Name: Payment Terms (net30) or Discount: Point of Contact and Phone Number: Email address: FOB (destination or origin): Warranty (if applicable) Date Offer Expires (ix)�The provision at�52.212-2, Evaluation-Commercial Products�and�Commercial Services applies to this acquisition. ADDENDUM to 52.212-2, Evaluation � Commercial Items. 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. 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. Any resulting contract of this solicitation will be awarded as Firm Fixed-Price. Quotes will be evaluated to determine best value. Price, features of the supply, delivery terms, and warranty terms are all factors to be considered when determining best value. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)�Offerors�shall include a completed copy of the provision at�52.212-3,�Offeror�Representations and Certifications-Commercial Products�and�Commercial Services, with its�offer.� Completion of FAR 52.212-3 electronically at sam.gov is acceptable. (xi)�The clause at�52.212-4, Contract Terms and Conditions-Commercial Products�and�Commercial Services (Dec 2022), applies to this�acquisition. (xii)�The clause at�52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products�and�Commercial Services (Sep 2023), applies to this�acquisition. The following clauses cited in FAR 52.212-5 apply to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed by Kaspersky Lab and Other Covered Entities (Nov 2021) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance 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) 52.219-28 Post Award Small Business Program Representation (Sep 2023) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Dec 2022) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Sept 2016) 52.222-35 Equal Opportunity for Veterans (Oct 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50 Combating Trafficking in Persons (Nov 2021) 52.225-1 Buy American-Supplies (Oct 2022) 52.225-13 Restrictions on certain foreign purchases (Feb 2021) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) 52.233-3 Protest After Award (Aug 1996) PROVISIONS FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (SEP 2022)) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) DFARS 252.215-7007 Notice of Intent to Resolicit (Jun 2012) DFARS 252.215-7008 Only One Offer (Dec 2022) DFARS 252.225-7000 Buy American Statute-Balance of Payments Program Certificate (Nov 2014) DFARS 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (Dec 2022) DFARS 252.247-7022 Representation of Extent of Transportation by Sea (Jun 2019) CLAUSES FAR 52.203-3 Gratuities (Apr 1984) FAR 52.204-21 Basic Safeguarding of covered Contractor Information Systems (Nov 2021) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (JAN 2023) DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders (Jun 2023) DFARS 252.211-7003 Item Identification and Valuation (Jan 2023) DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jan 2023) DFARS 252.225-7001 Buy American and Balance of Payments Program (JAN 2023) DFARS 252.225-7012 Preference for Certain Domestic Commodities (Apr 2022) DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Jan 2023) DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data (Jan 2023) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006 Wide Area Workflow Payment Instructions (Jan 2023) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.243-7002 Requests for Equitable Adjustment (Dec 2022) DFARS 252.244-7000 Subcontracts for Commercial Items (Jan 2023) DFARS 252.247-7023 Transportation of Supplies by Sea (Jan 2023) DAFFARS 5352.201-9101 Ombudsman (Jul 2023) (xiv)�Defense Priorities and Allocation System (DPAS): N/A (xv)�Proposal Submission Information: Notice to Offeror: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs Offers are due by 19 Sep 2023 at 12:00 PM Pacific Savings Time (PST).� Offers must be sent to Contract Specialist Brian Wu at brian.wu@us.af.mil and Jahdiel Salazar at jahdiel.salazar.1@us.af.mil via electronic mail.� No late submissions will be accepted. Please submit any questions regarding this solicitation, in writing to the POC email listed below. �QUESTIONS REGARDING THIS SOLICITATION ARE DUE 15 Sep 2023 on or before 12:00 PM Pacific Savings Time (PST). (xvi)�For additional information regarding this solicitation contact: Primary Point of Contact: Brian Wu Contract Specialist brian.wu@us.af.mil Secondary Point of Contact: Jahdiel Salazar Contracting Officer jahdiel.salazar.1@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/736150902f9d426aa0b52b086adb26b2/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN06832176-F 20230916/230914230125 (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.