Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 10, 2024 SAM #8200
MODIFICATION

39 -- 142 WG Vertical Carousel

Notice Date
5/8/2024 7:53:55 AM
 
Notice Type
Solicitation
 
NAICS
333922 — Conveyor and Conveying Equipment Manufacturing
 
Contracting Office
W7NW USPFO ACTIVITY ORANG 142 PORTLAND OR 97218-2797 USA
 
ZIP Code
97218-2797
 
Solicitation Number
W50S8Y24QA010
 
Response Due
5/24/2024 5:00:00 PM
 
Archive Date
06/08/2024
 
Point of Contact
James Vogt, Phone: 5033354488, Christine I. Campbell, Phone: 5184214943
 
E-Mail Address
james.vogt.4@us.af.mil, christine.i.campbell.civ@army.mil
(james.vogt.4@us.af.mil, christine.i.campbell.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Document Type: Solicitation Notice Solicitation Number: W50S8Y-24-Q-A010 Classification Code: 3910� Conveyors Set Aside: Total Small Business NAICS Code: 333922 - Conveyor and Conveying Equipment Manufacturing The Oregon Air National Guard at Portland Air National Guard Base intends to issue a Request for Quote (RFQ) to award a single firm fixed- price contract for six new high density vertical carousel storage units to replace old, demolished units. These units are critically needed to maximize space utilization of the central supply warehouse. These storage units maximize the storage capacity working with the limited available floor space, which allows for storage of all needed parts. CLIN 0001������������������������� Vertical Carousel Storage Systems����������� 6������������������ Each The North American Industry Classification System (NAICS) code for this work is 333922 Conveyor and Conveying Equipment Manufacturing. The small business size standard is 500 employees. This action is being procured on an 100% set aside for Small Business. The issue date for this solicitation is 8�May 2024. There will be an optional site visit on�15 May 2024�please see the attached soliciation for more details.� All questions for this solicitation� must be submitted by 17 May 2024 via email to james.vogt.4@us.af.mil and christine.i.campbell.civ@army.mil. The solicitation closing date is scheduled for 24 May 2024 at 17:00 PST. Actual dates and times will be identified in the solicitation. The evaluation process will be conducted in accordance with FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures based on the criteria found in 52.212-2 Evaluation -- Commercial Products and Commercial Services. Please see the attached solicitation W50S8Y-24-Q-A010 and Statement of Requirement for more details. Interested offerors must be registered in the System for Award Management (SAM). To register go to www.sam.gov. You will need your CAGE number register. Instructions for registering are on the web page (there is no fee for registration). Please note that due to recent fraudulent activity, the process for fully activating (and updating) a registration at SAM has changed, and now requires the submission of a notarized letter to GSA. See the following link for additional information and the latest updates to this process: https://www.gsa.gov/samupdate. Offerors are required to complete a NIST SP 800�171 DOD Assessment in accordance with DFARS 252.204-7019�Notice of NISTSP 800-171 DoD Assessment Requirements to be eligible for award. The solicitation and associated information will be available only from the Contract Opportunities website on-line at beta.sam.gov. SAM.gov and Contract Opportunities is a web based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with SAM.gov before accessing the system. This solicitation is not an invitation for bids and there will not be a formal public bid opening. DISCLAIMER: The official documents are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to beta.sam.gov for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance is Portland, OR.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b03a724093194f9c8564e5c17062b049/view)
 
Place of Performance
Address: Portland, OR, USA
Country: USA
 
Record
SN07056611-F 20240510/240508230042 (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.