SOLICITATION NOTICE
Z -- B1020, 2nd Floor, Global Hawk GSMP Reconfiguration
- Notice Date
- 4/2/2024 8:51:47 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- FA9302 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Solicitation Number
- 24-MLOD-090
- Response Due
- 4/9/2024 8:00:00 AM
- Archive Date
- 04/24/2024
- Point of Contact
- Kimberly McGee, Phone: 6612777402, Karla Vazquez
- E-Mail Address
-
kimberly.mcgee@us.af.mil, karla_lizette.vazquez_montes@us.af.mil
(kimberly.mcgee@us.af.mil, karla_lizette.vazquez_montes@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the SOLICITATION; quotes are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for requirement. Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote including delivery FOB Destination Edwards AFB CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted. �This solicitation is issued as a Request for Quote (RFQ). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-03 effective 23 Feb 2024, DFARS Change 02/15/2024 effective 15 Feb 2024, and DAFAC 2023-0707, effective 07 Jul 2023.� Description:� B1020, 2nd Floor, Global Hawk GSMP Reconfiguration B1020, 2nd Floor GSMP Reconfiguration to include but not limited to: � Demolition and removal of three single phase, 120 V, 15 kVA UPS � Demolition and removal of two 12 V charging units � Removal of circuit breakers, 2 pole, 240 V, 70 to 100 amp, FA frame � Electrical demolition and removal of transformer, dry type,� 3 phase to 600 V, 112.5 kVA, including removal of support wire and conduit terminations � Disposal of batteries See attached Statement of Work for details. NAICS 561210 - ""Facility Support Services"" � Size Standard: $47M SMALL BUSINESS SET-ASIDE The provision at FAR 52.212-1, Instructions to Offerors � Commercial Products and Services (Sep 2023), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/ ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2018) 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: ������� a.� UEI Numbers: ������� b.� CAGE Code ������� c. Contractor Name: ������� d.� Payment Terms (net30) or Discount: ������� e.� Point of Contact and Phone Number: ������� f.� Email address: ������� g.� FOB (destination): ������� h. �Warranty (if applicable): ������� i.� Date Offer Expires: ������� j. �Completed copy of FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) ������� k.� Completed copy of FAR 52.212-3, Alt I, Offeror Representations and Certifications � Commercial Items (Feb 2024) � or notification that FAR 52.212-3 representations and certifications are available on SAM.gov. The provision at 52.212-2, Evaluation - Commercial Products and Services (Nov 2021) applies to this acquisition. 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. EVALUATION: SELECTION CRITERIA: BEST VALUE BASED ON LOWEST PRICE, TECHNICALLY ACCEPTABLE (LPTA) Best Value The solicitation provides that quotations will be evaluated using Lowest Price Technically Acceptable (LTPA). The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability factor contains two non-cost subfactors: Technically Acceptable Subfactors: ���� (1) Ability to provide B1020, 2nd Floor, Global Hawk GSMP Reconfiguration ���� (2) Experience � offers must submit at least three instances of providing Demo and Removal of UPS, transformers, circuit breakers, and disposal of batteries The agency will first rank quotations according to price, from lowest to highest, and will evaluate the three (3) lowest-priced quotations as either technically acceptable or unacceptable, reserving the right to evaluate additional quotations for technical acceptability if deemed to be in the best interest of the government. Evaluation Factors: ���� 1. Price ���� 2. Technically Acceptability The ability to provide B1020, 2nd Floor, Global Hawk GSMP Reconfiguration will be assigned ratings of satisfactory or unsatisfactory. Experience, for those offers submitting at least three instances of providing B1020, 2nd Floor, Global Hawk GSMP Reconfiguration, will be considered for quality. �Quality will be assigned ratings of satisfactory or unsatisfactory, offerors rated unsatisfactory will be found not technically acceptable for experience. The Government will award a delivery order resulting from the RFQ to the responsible offeror whose quote is responsive to the RFQ and considered to be the Best Value based on LTPA. Quote Submission Information: Offers are due by 9 April 2024 at 8:00 a.m. PST.� Questions about this solicitation are due by 4 April 2024, 12:00 p.m. PST. Questions and Offers must be sent to Kimberly McGee at kimberly.mcgee@us.af.mil and Karla Vazquez Montes at karla_lizette.vazquez_montes@us.af.mil via electronic mail. No late submissions will be accepted. PROVISIONS AND CLAUSES FAR 52.212-4� �Contract Terms and Conditions � Commercial Products and Commercial Services (Nov 2023) 52.212-5 ��Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services. (Feb 2024) 52.204-7�� System for Award Management (Oct 2018) 52.204-13 System for Award Management (Oct 2018) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. Sep 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. Dec 2022 252.204-7004 Antiterrorism Awareness Training for Contractors. Jan 2023 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. Jan 2023 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. Jan 2023 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. Jan 2023 252.204-7020 NIST SP 800-171 DoD Assessment Requirements. Jan 2023 252.205-7000 Provision of Information to Cooperative Agreement Holders. Dec 1991 252.222-7006 Restrictions on the Use of Mandatory Arbitration Agreements. Jan 2023 252.223-7004 Drug-Free Work Force. Sep 1988 252.223-7008 Prohibition of Hexavalent Chromium. Jan 2023 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime. Jan 2023 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns. Jan 2023 252.232-7010 Levies on Contract Payments. Dec 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel. Jan 2023 252.243-7002 Requests for Equitable Adjustment. Dec 2022 252.244-7000 Subcontracts for Commercial Products or Commercial Services. Jan 2023 DAFFARS 5352.201-9101 OMBUDSMAN (JUL 2023) Defense Priorities and Allocation System (DPAS): N/A
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cca1c982e0f84f1ab1c7ce2061e241f5/view)
- Place of Performance
- Address: Edwards, CA 93524, USA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN07016857-F 20240404/240402230041 (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 |