Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 27, 2024 SAM #8096
SOLICITATION NOTICE

J -- 2-Bay Self-Serve Carwash System (No Dry)

Notice Date
1/25/2024 5:38:23 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811192 — Car Washes
 
Contracting Office
FA4608 2 CONS LGC BARKSDALE AFB LA 71110-2438 USA
 
ZIP Code
71110-2438
 
Solicitation Number
FA460824QC017
 
Response Due
2/1/2024 1:00:00 PM
 
Archive Date
02/16/2024
 
Point of Contact
Ruquayyah Ervin, Phone: 3184562201, Tiffany Collazo, Phone: 3184562201
 
E-Mail Address
ruquayyah.ervin@us.af.mil, tiffany.collazo.2@us.af.mil
(ruquayyah.ervin@us.af.mil, tiffany.collazo.2@us.af.mil)
 
Description
""Amendment 01 - On 24 January 2024, Attachment 1 - Request for Quote (RFQ) was updated to include an �Evaluation Criteria� section. This section is on page 3 and provides clarity on how quotes will be evaluated. Additionally, Amendment 01 now includes the verbiage, �An award, if any, will be made to the responsible offeror who submits a quotation that conforms to the requirements of Attachment 1, Attachment 2, and Attachment 3.� This addition is on page 1, in paragraph 1."" Combined Synopsis - Solicitation for 2-Bay Self-Serve Carwash System (No Dry) This is a formal Request for Quotation (RFQ) for a NAF requirement in accordance with (IAW) Department of the Air Force Manual (DAFMAN) 64-119, Nonappropriated Fund Contracting Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation (solicitation number FA460824QC017) is being conducted as a commercial product procurement. This NAF requirement will be competed IAW the procedures that promote full and open competition. An award, if any, will be made to the responsible offeror who submits a quotation that conforms to the requirements of Attachment 1, Attachment 2, and Attachment 3. IAW DAFMAN 64-119, section 2.8, NAF Procurement Exemptions, the following regulations, and similar directive publications do not apply to NAF procurements: 2.8.1. Federal Acquisition Regulation, the Defense Federal Acquisition Regulation Supplement, or DoD Component supplements to the same, and Department of the Air Force Federal Acquisition Regulation Supplements. 2.8.2. Title 15 U.S.C. Section 631 et seq., also known as the Small Business Act, as amended, and Federal Acquisition Regulation guidance relative to small business along with other award-preference programs. NAF contracts are awarded to the firm whose proposal is most advantageous to the Nonappropriated Fund Instrumentality (NAFI). 2.8.3. Buy American Act and Trade Agreements Act of 1979, do not apply to NAFI purchases of resale items. This is a Nonappropriated fund (NAF) purchase, and it DOES NOT obligate appropriated funds of the United States Government. Non appropriated funds are generated by the military community through the sale of goods and services and the collection of fees and charges for participation in military community programs. This purchase DOES NOT involve federal tax dollars. Contracting Office Address: Department of the Air Force (DAF), Air Force Global Strike Command (AFGSC), 2d Contracting Squadron (2 CONS), 801 Kenney Avenue Suite 2301, Barksdale Air Force Base (AFB) Louisiana (LA), 71110, United States. Points of Contact (POCs): Contract Specialist: Quaya Ervin, (318)456-2201, ruquayyah.ervin@us.af.mil Contracting Officer: Tiffany Collazo, (318)456-0817, tiffany.collazo.2@us.af.mil Description: The 2d Contracting Squadron is seeking qualified vendors to fulfill a requirement for a 2-Bay Self-Serve Carwash System (No Dry) for Barksdale AFB, LA IAW Attachment 2 � Statement of Work (SOW). CLIN 0001 � One (1) 2-Bay Self-Serve Carwash System (No Dry) IAW Attachment 2 � Statement of Work (SOW). The 2-bay Self-Serve System w/No dry shall include: �Foaming Tire cleaner �Foaming Presoak �High Pressure Soap �Foam Brush with Weep �High Pressure rinse �High Pressure Clearcoat �Weep Mizer Control �5 Horsepower/3 Phase Motors �SS Inlet Water Supply Manifold �Stainless Steel frame �Dual belt drives on pumps �Stainless steel tanks �Hydrominder automatic fluid control �Flojet tire cleaner and foam brush pump �Stainless steel motor bases �U.L. listed motor control center �CAT 5CP2120W pumps �Low water safety shut-off �Automatic weep freeze system �Foam brush weep �Stainless steel manifolds �3/8� HP Hose x 3/8� Poly Bay Equipment �2 Bay 3/8� Hose Installation Kit of 3/8� HP Hose x 3/8� Poly �The Vault Bay Meter Door Assy �The Vault Shell �The Vault Coin box with drawer and lock �Control cables �2 bay low pressure spot free delivery system �2 bay wall pack triple foam conditioner �Wall pack triple foam bay equipment �CRYPTO PAY coordinator Due Dates and Times: Any questions regarding this solicitation (FA460824QC017) must be submitted electronically by 3:00 PM Central Standard Time (CST) on 26 January 2024 to Quaya Ervin at ruquayyah.ervin@us.af.mil and Tiffany Collazo at tiffany.collazo.2@us.af.mil. Government responses will be posted on or around 29 January 2024. Quotes for this requirement are due not later than (NLT) 3:00 PM CST on 01 February 2024. Late quotes may not be accepted. Quotes shall be submitted electronically to Quaya Ervin at ruquayyah.ervin@us.af.mil and Tiffany Collazo at tiffany.collazo.2@us.af.mil. It is the responsibility of the offeror/bidder/vendor to follow up with the Contract Specialist and/or the�Contracting Officer to ensure quote was received on time. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. All offerors/bidders/vendors must be registered in the System for Award Management (SAM) https://sam.gov database to be considered for award. All quotes must be submitted in electronic format and emailed to Mrs. Quaya Ervin at ruquayyah.ervin@us.af.mil and Mrs. Tiffany Collazo, tiffany.collazo.2@us.af.mil NLT 3:00 PM CST on 01 February 2024. Evaluation Criteria: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 following factors shall be used to evaluate offers:**** �Price: Offerors will be evaluated based upon price and ranked lowest to highest. �Technical: Lowest three offerors will undergo technical evaluation. The quotes will then be evaluated based upon ability to furnish the items requested in CLIN 0001 outlined as well in Attachment 1, Attachment 2 and Attachment 3 associated with this solicitation. If any or all three of the lowest quotes are deemed unacceptable the next lowest quote(s) will be evaluated and the process will continue until 3 quotes are found to be technically acceptable. If three or less quotes are received then all quotes received will be sent for technical evaluation. 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. The Following Attachments Are Applicable To Solicitation FA460824QC017: Attachment 1 � Request For Quote (RFQ) Updated) Attachment 2 � Statement of Work (SOW) Attachment 3 � Nonappropriated Fund (NAF) Standard Clauses Attachment�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6af3490690084e628e8d99ff4c57916e/view)
 
Place of Performance
Address: Barksdale AFB, LA 71110, USA
Zip Code: 71110
Country: USA
 
Record
SN06945173-F 20240127/240125230040 (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.