Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2023 SAM #7970
SOLICITATION NOTICE

51 -- Tool Cabinets, Tools, and Laser Etching

Notice Date
9/21/2023 11:15:54 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332510 — Hardware Manufacturing
 
Contracting Office
W7N6 USPFO ACTIVITY WAANG 141 FAIRCHILD AFB WA 99011-9439 USA
 
ZIP Code
99011-9439
 
Solicitation Number
W50S9D23Q5006
 
Response Due
9/26/2023 1:00:00 PM
 
Archive Date
10/11/2023
 
Point of Contact
Matthew J. Berube, Phone: 5092477221, Matthew R. Richard, Phone: 5092477223
 
E-Mail Address
matthew.berube@us.af.mil, matthew.richard@us.af.mil
(matthew.berube@us.af.mil, matthew.richard@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis and solicitation.�� Solicitation Number W50S9D23Q5006 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04, Dated 7 SEP 2023 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20230817.� It is the contractor�s responsibility to become familiar with applicable clauses and provisions. �PSC is code 5180.� This acquisition is under North American Industry Classification Standards (NAICS) code 332510 with total number of employees NTE 750. The government intends to award a Firm Fixed Price (FFP) contract to a qualified business deemed responsive in accordance with Federal Acquisition Regulation (FAR) Part 13. Quotes must conform to all requirements outlined in this Request for Quote (RFQ) and will be evaluated based upon the best value of the requirement. This office will consider any late quotes or any late revisions of quotes as non-responsive. In no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government. Description of Requirement: ��Snap On Tool Cabinets and Tools, and tool laser etching.� THIS IS A BRAND NAME OR EQUAL REQUIREMENT SEE ATTACHED SPREADSHEET Quote Information: Quotes must be submitted and received no later than 1:00 PM Pacific Time, 26 September 2023. Electronic offers preferred, telephone quotes will not be accepted. Quotes may be e-mailed to the attention of the points of contact listed below. ����������� Buyer: Matthew Berube ����������� Alternate Buyer:� Matthew Richard ����������� Email:�� 141MSG.MSC@us.af.mil � Award will only be made to contractors who have registered with System for Award Management (SAM).� Vendors may register at: http://www.sam.gov Submission of Invoices: In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF).��Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission�of Payment Requests. Provisions and Clauses: Clauses may be accessed electronically in full text through acquisition.gov. Contractors must be actively registered with the System for Award Management (SAM) at http://www.sam.gov, and PIEE at http:// https://piee.eb.mil/ P = Provisions����� C = Clauses���� * = Provision or Clause required to be Full Text P-FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation C-FAR 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements P-FAR 52.204-7, System for Award Management Registration C-FAR 52.204-9, Personal Identity Verification of Contractor Personnel P-FAR 52.204-16, Commercial and Government Entity Code Maintenance C-FAR 52.204-18, Commercial and Government Entity Code Maintenance C�FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems P-FAR 52.204-22, Alternative Line Proposal P-FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment C-FAR 52.204-25, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment C-FAR 52.209-7, Information Regarding Responsibility Matters C-FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations P-FAR 52.211-6, Brand Name or Equal P-FAR 52.212-1, Instructions to Offerors-Commercial Items P-FAR 52.212-2, Evaluation-Commercial Items Evaluation.� 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 technical acceptability are the evaluation criteria.� This is a best value decision.� This office will consider any late quotes or any late revisions of quotes as non-responsive. Technical acceptability is approximately equal to price in evaluation. P-FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or ���� complete electronic annual representations and certifications at http//orca.bpn.gov C-FAR 52.212-4, Contract Terms and Condition-Commercial Items C-FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive � Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply� C-FAR 52.219-28, Post Award Small Business Representation C-FAR 52.222-3, Convict Labor C-FAR 52.222-19, Child Labor � Cooperation with Authorities and Remedies C-FAR 52.222-21, Prohibition of Segregated Facilities C-FAR 52.222-26, Equal Opportunity � C*-FAR 52.222-42, Statement of Equivalent Rates for Federal Hires C-FAR 52.222-50, Combating Trafficking in Persons C-FAR 52.222-55, Minimum Wage Rates Under Executive Order 13658 C-FAR 52.222-62, Paid Sick Leave Executive Order 13706 C-FAR 52.223-5, Pollution Prevention and Right to Know Information C-FAR 52.223-15, Energy Efficiency in Energy Consuming Products C-FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving C-FAR 52.225-1, Buy American--Supplies C-FAR 52.225-13, Restrictions on Certain Foreign Purchases C-FAR 52.232-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications. C-FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management C-FAR 52.232-39, Unenforceability of Unauthorized Obligations C-FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors C FAR, 52.233-1, Disputes C-FAR 52.233-3, Protest After Award C-FAR 52.233-4, Applicable Law for Breach of Contract Claim P-FAR 52.247-34, F.O.B. Destination C-FAR 52.249-1, Termination For Convenience Of The Government (Fixed Price) (Short Form) C-FAR 52.249-8, Default (Fixed-Price Supply & Service) C*-FAR 52.252-2, Clauses Incorporated by Reference � SEE acquisition.gov C*-FAR 52.252-6, Authorized Deviations in Clauses C-FAR 52.253-1, Computer Generated Forms C-DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials C- DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights C- DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials C-DFARS 252.204-7000, Disclosure Of Information C-DFARS 252.204-7003, Control of Government Personnel Work Product P-FAR 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls C-DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors C-DFARS 252.211-7008, Use of Government-Assigned Serial Number P-DFARS 252.213-7000, Notice to Prospective Suppliers on the use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations C-DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials C-DFARS 252.223-7008, Prohibition of Hexavalent Chromium P*-DFARS 252.225-7000, Buy American Act�Balance of Payments Program Certificate C-DFARS 252.225-7001, Buy American Act and Balance of Payments Program C-DFARS 252.225-7031, Secondary Arab Boycott of Israel C-DFARS 252.225-7048, Export-Controlled Items. C-DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) C*-DFARS 252.232-7006 Wide Area Work-Flow Payment Instructions C-DFARS 252.232-7010, Levies on Contract Payments C-DFARS 252.239-7017, Notice of Supply Chain Risk C-DFARS 252.239-7018, Supply Chain Risk C-DFARS 252.243-7001, Pricing Of Contract Modifications C-DFARS 252.244-7000, Subcontracts for Commercial Items P-DFARS 252.247-7023, Transportation of Supplies by Sea C*-FAR 52.222-36, Equal Opportunity for Workers with Disabilities �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5b763af620b940c9bc5f5e3b96ed73a6/view)
 
Place of Performance
Address: Fairchild AFB, WA 99011, USA
Zip Code: 99011
Country: USA
 
Record
SN06840985-F 20230923/230921230532 (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.