Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 29, 2023 SAM #8037
SOLICITATION NOTICE

39 -- AutoCrib Vending Machine BPA

Notice Date
11/27/2023 3:38:25 PM
 
Notice Type
Solicitation
 
NAICS
333310 —
 
Contracting Office
FA8224 OL H PZI PZIM HILL AFB UT 84056-5805 USA
 
ZIP Code
84056-5805
 
Solicitation Number
FA822424R0002
 
Response Due
12/4/2023 3:00:00 PM
 
Archive Date
12/19/2023
 
Point of Contact
Hannah Rearick, Phone: 8015863335, Jason Neering, Phone: 8015868885
 
E-Mail Address
hannah.rearick@us.af.mil, jason.neering@us.af.mil
(hannah.rearick@us.af.mil, jason.neering@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Description The Ogden Air Logistics Complex at Hill Air Force Base, Utah requires the purchase of AutoCrib automated vending machines and vending machine accessories (including any items/machines available in the AutoCrib catalog) to support operation within the Complex and Geographically Separated Units (GSU). This effort shall include all shipping to Hill Air Force Base and the associated GSU's. The OO-ALC currently has 1250 AutoCrib automated machines. No other brand of vending machines will communicate with software used in the previously purchased AutoCrib machines and acquiring any other machine brand would require replacement of all machines, software, and servicing personnel. The Government intends to select up to four (4) Awardees for the BPA. At the Government's discretion, the Government reserves the right to select more than four (4) Offerors or less than four (4) Offerors for the establishment of the BPA. The evaluation factors for award are described below. Because of the volatility of the materials, this will be an unpriced BPA, using competition to create a fair and reasonable price at the time of the request for quote. The quote submitted will then be considered a firm-fixed-price quote. If a call is issued against the quote provided, then that amount will be able to be invoiced in Wide Area WorkFlow (WAWF) after delivery and government acceptance of the items. The Government reserves the right to add/delete vendors at any time throughout the life of the BPA. Blanket Purchase Agreement Details 1. Description of Agreement - As indicated by the attached Purchase Description, the contractor shall furnish supplies if and when requested by the Contracting Officer or his authorized representative. The ordering period will be five (5) years from the date of award of this Blanket Purchase Agreement (BPA). The BPA will have a ceiling maximum of $15.0M over the 5-year period. Purchases, which may also be referred to as calls, made hereunder may be written or oral. Such calls shall include all information identified in section 5 - Delivery Tickets. 2. Extent of Obligation - The Government is obligated only to the extent of authorized purchases actually made under the BPA by an authorized individual, and then only when delivery of materials has been made and accepted by the Government. The Government reserves the right to cancel this BPA at any time and is only bound to the extent that the Contractor must be given ten (10) days written notification prior to exercising this right. 3. Purchase Limitation - No individual order/call sheet shall exceed the Simplified Acquisition Threshold (SAT) of $250,000.00. There is no minimum dollar obligation for each call. 4. Individuals Authorized to Purchase Under the BPA - The attachment titled, ""BPA Authorized Caller Letter"" identifies the only individuals authorized to place orders or calls against this BPA. Call received by the Contractor from personnel not on the BPA Caller List shall not be honored. The contractor shall notify the Contracting Officer anytime an unauthorized individual tries to place a call against this BPA. 5.Delivery Tickets - All shipments under this agreement shall be accompanied by delivery tickets that contains the following information: a. Name of supplier b. BPA number c. Date of purchase d. Purchase number e. Name of person placing the call f. Itemized list of items furnished g. Quantity and unit price of each item FA822424R0002� h. Date of delivery 6. Invoices- Invoices shall be submitted for each delivery. In accordance with DFARS252.232-7003, Electronic Submission of Payment Requests, use of electronic payment requests is mandatory. Wide Area WorkFlow (WAWF) is the Department of Defense system of choice for submission of invoices and receipt/acceptance of documents. Detailed information regarding WAWF is available on the internet at https://wawf.eb.mil/. The following codes will be required to correctly route your document(s) through WAWF. The information should be entered exactly as shown below: DELIVERY ORDER NUMBER: 4 Digit Call Number TYPE OF DOCUMENT: Combo BPA NUMBER: TBD CAGE CODE: TBD ISSUE BY DODAAC: FA8224 ADMIN DODAAC: FA8224 INSPECT BY DODAAC: F2DCAL SHIP TO: F2DCAL LOCAL PROCESSING OFFICE: Leave blank PAY OFFICE DODAAC: F03000 BPA ADMINISTRATOR: F2DCAU ACCEPTOR:F2DCAU 7. Clauses-Clauses included within this BPA will apply to each call. 8. Attachments - a. BPA Product Description b. AutoCrib Product List c. BPA Authorized Caller Letter Proposal Deliverables: All proposals must include: - A signed copy of this solicitation document in box 30. (FA822424R0002) - CAGE Code in box 17a. - A capabilities statement reflecting the information above and in the Purchase Description - Please fill out the following clauses on the solicitation or confirm that they have been accomplished on SAM.gov: 52.212-3 Offeror Representations and Certifications--Commercial Products and Commercial Services. (Can be done on SAM) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.209-7 Information Regarding Responsibility Matters. 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation. (Can be done on SAM) 52.229-11 Tax on Certain Foreign Procurements--Notice and Representation. Evaluation Factors� Vendors who can meet all of the specifications in the attached Purchase Description and can provide most or all of the materials listed in the attached Products List will be considered for award. Vendors will need to fill out the solicitation as described under the proposal deliverables section above. Vendors will need to be authorized AutoCrib distributors. Contractor past performance (if any) will also be considered. Proposal Submission Information All questions must be sent to Hannah Rearick by email at hannah.rearick@us.af.miland to Jason Neering at jason.neering@us.af.milnolater than 4PM MST, 04 December 2023. All proposals are due by 4PM MST, 04 December 2023 via email to hannah.rearick@us.af.mil and to jason.neering@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f49befa8162940ceac72c5b59499c7c7/view)
 
Place of Performance
Address: Hill AFB, UT 84056, USA
Zip Code: 84056
Country: USA
 
Record
SN06894683-F 20231129/231127230045 (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.