Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 14, 2024 SAM #8235
SOLICITATION NOTICE

66 -- 60 OSS -Digital Communication Equipment

Notice Date
6/12/2024 12:46:37 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
FA4427 60 CONS LGC TRAVIS AFB CA 94535-2632 USA
 
ZIP Code
94535-2632
 
Solicitation Number
FA442724Q0105
 
Response Due
6/14/2024 2:00:00 PM
 
Archive Date
06/29/2024
 
Point of Contact
Adam Taylor, Phone: 7074247729, Roberto Escobedo, Phone: 7074247720
 
E-Mail Address
adam.taylor.32@us.af.mil, roberto.escobedo.1@us.af.mil
(adam.taylor.32@us.af.mil, roberto.escobedo.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The 60 Operations Support Squadron (OSS) has a Brand Name requirement for critical test equipment for support of Air Traffic Control (ATC) Communications Systems. The Air Traffic Control System will be accompanied with ancillary cable to connect to the existing infrastructure. Interconnectivity and integration capabilities are vital to this requirement as there is only one system approved from Air Mobility Command. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, a 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. Additionally, the Government will utilize simplified procedures in accordance with FAR Part 13. This combined synopsis/solicitation is being issued as a Request for Quotation (RFQ) with solicitation number FA442724Q0105. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2024-02 effective 22 January 2024, Defense Federal Acquisition Circular 202422, effective 22 January 2024, and Air Force Acquisition Circular 2023-0707 effective 7 July 2023. The North American Industry Classification System (NAICS) code for this solicitation is 334515 � Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals. The small Business Size Standard is 750 employees. Contractor shall provide 2 (two) TEMPO Communications DataScout 10G, Model: DS10G-COMBOEVERYTHING, ancillary cables, shipping and delivery under a Firm Fixed Priced contract and in accordance with (IAW) attached Statement of Need (SON). See attachment for CLIN structure. The provision at FAR 52.212-1, Instructions to Offeror � Commercial Products and Commercial Services (Sep 2023) and the addendum, applies to this acquisition Addendum to FAR 52.212-1, (b) Instructions to Offeror Commercial Items. Request for Quotation (RFQ) shall contain the following information: RFQ Number; Company Name; Address; UEI Number; Cage Code Number; Point of Contact; Telephone Number; Email Address; Warranty Information; Delivery Date; Payment Terms. Offeror shall include a statement specifying the extent of agreement with the terms, conditions, and provisions included in the solicitation. Quotes shall also contain all other documentation specified herein. The government reserves the right to evaluate the quotes and award without interchanges. Addendum to FAR 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: �The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. The provision at FAR 52.212-2, Evaluation - Commercial Products and Commercial Services. (Nov 2021), applies to this acquisition. Addendum to FAR 52.212-2(a), 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: Technical capability of the item offered to meet the Government requirement in accordance with the Statement of Need. The vendor shall provide a detailed description and specification of the items included in the quote. The information submitted must be sufficient for the Government to assess the technical capability of these items to fulfill the same or similar end results as the solicited specifications. Price. The quoted price will be determined by the total price provided in the pricing schedule. All prices will be determined by multiplying the quantities by the proposed unit price for all CLIN to confirm the extended amount or the total amount. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. Responses should contain your best terms, conditions. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (Nov 2023), Alternate I (Oct 2014), with their offer, or the offeror shall complete paragraph (b) of FAR 52.212-3, if the offeror has completed the annual representations and certifications electronically at http://www.sam.gov. Vendors must be actively registered in the System for Award Management (SAM); the website is https://www.sam.gov/portal/public/SAM/ . The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services. (Nov 2023), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services (Feb 2024), applies to this acquisition The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. Clauses/Provisions listed in attachment
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2373c02a02644515819e68d72941b25b/view)
 
Place of Performance
Address: Travis AFB, CA 94535, USA
Zip Code: 94535
Country: USA
 
Record
SN07095306-F 20240614/240612230118 (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.