Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 09, 2024 SAM #8109
SOLICITATION NOTICE

54 -- 365 ISRG Corrosion Paint Booth

Notice Date
2/7/2024 11:02:09 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
FA4861 99 CONS LGC NELLIS AFB NV 89191-7063 USA
 
ZIP Code
89191-7063
 
Solicitation Number
F2QT044004AW02
 
Response Due
3/7/2024 10:00:00 AM
 
Archive Date
03/22/2024
 
Point of Contact
Erin Lilly, Julia A. Pettit
 
E-Mail Address
erin.lilly.1@us.af.mil, julia.pettit@nellis.af.mil
(erin.lilly.1@us.af.mil, julia.pettit@nellis.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation, which is expected to result in an award of a �Firm-Fixed Price� contract for a commercial item, i.e. The combined synopsis/solicitation is prepared in accordance with the procedures in the Federal Acquisition Regulation (FAR) 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. The Government intends to award one contract to the responsible offeror who submits a quote that (1) conforms to the requirements of the synopsis/solicitation; (2) that receives a rating of �Acceptable� on the Technical Capability evaluation factor; and (3) that submits the quote with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is determined to be fair and reasonable. The Government reserves the right to award without discussions or to make no award at all depending upon (1) the quality of quotes received and (2) whether proposed prices are determined to be fair and reasonable. 1. The solicitation number is F2QT044004AW02. This solicitation is issued as a Request for Quote (RFQ). 2. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-06, effective 04 December 2023 3. This combined synopsis/solicitation is being issued as 100 % Total-Small Business set-aside, and the associated NAICS code is 332311 � Prefabricated Metal Building and Component Manufacturing, Small Business Size Standard 750 employees. 4. Below are the contract line-item number(s) �CLIN�. CLIN 0001 � QTY 1 - Paint Spray Booth with paint mix room CLIN 0002 � QTY 1 - HVAC System CLIN 0003 � QTY 1 - Sprinkler Fire Protection System CLIN 0004 � QTY 1 - Oil Free Compressor 5. Description of requirement for the item to be acquired *See Attachment 1 Statement of Work and Attachment 2 Nellis & Creech Air Force Bases Installation Facilities Standards (IFS) ����������� a) Delivery Date: 120 Days ARO ����������� b) Delivery/Ship to Location: Nellis AFB, NV ����������� c) Inspection and acceptance: FOB destination FAR 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services (Sep 2023) REQUIREMENTS. All quotes shall include the following minimum information:� Product Specifications, CAGE Code, SAM Unique Entity ID, Taxpayer I.D. No., Payment Terms, Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. IAW FAR 52.204-7 and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the System for Award Management (SAM) database prior to contract award.� Lack of SAM registration shall be a determining factor for contract award. �Prospective vendors should visit the SAM website at http://www.sam.gov.com to register.� To ensure your�quote along with any and�all attachments are�received, attachment(s) must be less than 10 MB [in total].� It is the responsibility of the offeror to contact the government to confirm receipt of the quote prior to the offer due date and time. SITE VISIT. A site visit will be held at Nellis AFB, NV at building 1771 on Thursday 15 February 2024 at 9:00 am PDT. Please RSVP no later than Wednesday 14 February 2024 at 11:00 am PDT. Send an RSVP email Erin Lilly at erin.lilly.1@us.af.mil and Julia Pettit at julia.pettit@us.af.mil. Include your company name, the name of the individual(s) attending, company phone number, phone number of the individual(s) attending. There may only be two (2) representatives per company. (NOTE: I will meet you at the Nellis Air Force Base Main Gate at 8:15 AM. You will need to have your driver�s license, proof of insurance and car registration.) All questions asked during the site visit should be asked openly so that all attendees have access to the same information. QUESTIONS AND ANSWERS. All questions must be submitted via email to Erin Lilly at erin.lilly.1@us.af.mil. The deadline for submitting question is Thursday, 22 February 2024 at 10:00 am PDT. Questions submitted after the aforementioned cutoff date will not be reviewed or answered. Answers will be provided by Thursday, 29 February 2024 at 3:00 pm PDT. OFFER DUE DATE. Offers are due on Thursday, 07 March 2024 at 10:00 am PST. Only electronic offers submitted via email will be considered for this requirement.� Submit offers to Mrs. Erin Lilly at erin.lilly.1@us.af.mil. (End of Provision) FAR 52.212-2 Evaluation�Commercial Products and Commercial Services (Nov 2021) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest-priced, technically acceptable.� This is an �all or none� requirement and will be awarded on one contract.� Multiple contracts will not be issued.� Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated. Technical Acceptable/Unacceptable Ratings--- Acceptable: �Offeror�s quote clearly meets the requirement as stated in the solicitation and all attachments. Unacceptable: Offeror�s quote does not meet the requirement as stated in the solicitation and all attachments. (b) 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. (End of Provision) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/ (End of clause) PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE FAR 52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.212-3 - Offeror Representations and Certifications�Commercial Products and Commercial Services (Nov 2023) FAR 52.212-4 - Contract Terms and Conditions�Commercial Products and Commercial Services (Nov 2023) FAR 52.212-5 - Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services (Dec 2023) FAR 52.219-1 - Small Business Program Representations (Sep 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) DAFFARS 5352.201-9101 - Ombudsman (Jul 2023) DAFFARS 5352.242-9000 - Contractor Access to Air Force Installations (Jul 2023) List of Attachments Attachment 1 � SOW Attachment 2 � Nellis & Creech Air Force Bases Installation Facilities Standards (IFS) Attachment 3 � Miscellaneous Photos
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3e26cc081f564c788b2c5567b36e4d93/view)
 
Place of Performance
Address: Nellis AFB, NV 89191, USA
Zip Code: 89191
Country: USA
 
Record
SN06958423-F 20240209/240207230049 (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.