Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2024 SAM #8254
SOLICITATION NOTICE

J -- Crane Inspection BPA

Notice Date
7/1/2024 10:52:33 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
FA4613 90 CONS PK FE WARREN AFB WY 82005-2860 USA
 
ZIP Code
82005-2860
 
Solicitation Number
FA461324Q1033
 
Response Due
7/9/2024 10:00:00 AM
 
Archive Date
07/24/2024
 
Point of Contact
Amber Moore, Robert Williams
 
E-Mail Address
amber.moore.15@us.af.mil, robert.williams.187@us.af.mil
(amber.moore.15@us.af.mil, robert.williams.187@us.af.mil)
 
Description
Amendment 2: Extend questions due from Tuesday, May 28, 2024; by 1100 to Wednesday, July 3, 2024; by 1100. Added Attachment 7 - Questions and Answers Amendment 1: Extend quotes due from 24 Jun 24 at 1100 MDT to 9 July 24 at 11000 MDT Combined Synopsis/Solicitation� Solicitation Number: FA461324Q1033 Purchase Description: Crane Inspection BPA� This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the SAM.gov as Full and Open Competition.� The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461324Q1033, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 811310, with a small business standard of $12,500,000.� The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAR) 2024-04 effective 1 May 2024, Defense Federal Acquisition Regulation Supplement (DFARS) effective 25 April 2024 and Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS) effective 07 July 2023. DESCRIPTION OF SERVICE:� The 90th Logistics Readiness Squadron requires the removal, disassembly, inspect of all components, replacement of extension cables, and the reassembly and adjustment of the boom pads of the National Crane 600C booms at F. E. Warren AFB, Wyoming in accordance with Attachment 1 � Statement of Work (SOW). ��� �Government will be transporting Boom Cranes to vendor�s location; therefore, location MUST be within a 100 mile radius of F. E. Warren AFB.� ��� �In accordance with Manitowoc/National Crane, all services performed can ONLY be performed by a Manitowoc authorized vendor and qualified/certified technician. All service and repairs must be performed in accordance with manufacturer�s recommendations, the manual, and the service manual for these machines.� ��� �Offeror MUST provide a statement of understanding that work will be completed by a Manitowoc authorized vendor and qualified/certified technician within the 100 mile radius of F. E. Warren AFB. All CLINS F.O.B. Destination LIST OF ATTACHMENTS: Attachment 1 � Performance Work Statement� Attachment 2 � BPA Terms and Conditions Attachment 3 � Price List Attachment 4 � Provisions and Clauses Attachment 5 � Supplemental Clauses� Attachment 6 � Response Form� Attachment 7 � Questions and Answers� PERIOD OF PERFORMANCE: 5 Year Blanket Purchase Agreement (BPA) Completion within 30 days once vendor is in possession of Crane(s). Government can transport up to two cranes at one time. PAYMENT: Government-Wide Commercial Purchase Card (GPC) OTHER INFORMATION:� IAW FAR 52.204-7(a)(1), An offeror is required to be registered in System for Award Management (SAM) when submitting an offer or quotation and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. �� QUESTIONS:� Questions shall be received no later than Wednesday, July 3, 2024; by 1100 (Mountain Daylight Time). Forward responses by e-mail to amber.moore.15@us.af.mil and robert.williams.187@us.af.mil QUOTES: Responses/quotes MUST be received no later than Tuesday, July 9, 2024; by 1100 (Mountain Daylight Time). Forward responses by e-mail to amber.moore.15@us.af.mil and robert.williams.187@us.af.mil. EFFECTIVE PERIOD OF BPA: �Estimate 1 Jul 24 to 30 Jun 29 (5 years) Government-Wide Commercial Purchase Card (GPC): The method of payment for this requirement will be the Government-Wide Commercial Purchase Card. Federal Acquisition Regulation (FAR) 13.301(a) states in part that the GPC card is authorized for use in making and/or paying for purchases of supplies and services. FAR 13.001 defines the Government-wide commercial purchase card as similar in nature to a commercial credit card, issued to authorized agency personnel to use to acquire and to pay for supplies and services. INSTRUCTIONS TO OFFERORS:� Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Commercial Services. � Offerors shall comply with FAR 52.212-1 Instructions to Offerors � Commercial Products and Commercial Services (Sep 2023) FAR 52.212-1 is hereby tailored as follows:� 1. Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1. � 2. After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.� 3. The term �offeror� or �offer� as used in FAR 52.212-1 shall be understood to mean �quoter� and �quote,� respectively. �Further, the term �award� shall be understood to describe the Government�s issuance of an order.� 4. The Government will consider all quotes that are timely received and will not consider late quotes. �Failure of a quote to address any items required in the submission package may make a quote unacceptable.� 5. �Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:� 5.1. In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission:� 5.1.1.�� �Cover page or a completed copy of Attachment 6 � Response Form to include the offeror�s:� 5.1.1.1.�� �Company Name and Company Doing Business As (if applicable) 5.1.1.2.�� �Physical Address 5.1.1.3.�� �Cage code and/or Unique Entity ID � 5.1.1.4.�� �Point of Contact� 5.1.1.5.�� �Phone number � 5.1.1.6.�� �Email address� 5.1.1.7.�� �Business Type� 5.1.1.8.�� �Provide response to the following: In the preceding fiscal year, did your company received 80 percent or more of its annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants), cooperative agreements, and other forms of Federal financial assistance; and did $25,000,000 or more in annual gross revenues come from Federal contracts (and subcontracts), loans, grants (and subgrants), cooperative agreements, and other forms of Federal financial assistance?� 5.1.1.9.�� �Confirmation vendor is within a 100-mile radius of F. E. Warren AFB.� 5.1.1.10.�� �Statement of understanding all services performed will be performed by a Manitowoc authorized vendor and qualified/certified technician. All service and repairs must be performed in accordance with manufacturer�s recommendations, the manual, and the service manual for these machines.� 5.1.2.�� �PRICE 5.1.2.1.�� �Firm Fixed Pricing to include: 5.1.2.1.1.�� �Price Per unit� 5.1.2.1.2.�� �Total Overall Price� 5.1.2.1.3.�� �Discount Terms (if applicable) 5.1.2.1.4.�� �Quote Number (if applicable)� 5.1.2.1.5.�� �Quote Valid Until Date � 5.1.3.�� �TECHNICAL �� 5.1.3.1�� �Vendor is within a 100 mile radius of F. E. Warren AFB. 5.1.3.2�� �Vendor is a Manitowoc authorized vendor and provides a statement of understanding EVALUATION:� ADDENDUM TO FAR 52-212-2 EVALUATION�COMMERCIAL ITEMS (Nov 2021)� Paragraph (a) is hereby replaced with the following:� 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 representing the best value with price and other factors considered. Government has determined that best value is expected to result from selection of the technically acceptable offer with the lowest Total Evaluated Price (TEP); therefore, Government will evaluate offers based on lowest price technically acceptable (LPTA). �Award will be made on the basis of the lowest TEP of offerors meeting or exceeding the acceptability standards for non-price factors. �Quotes that do not include all requested information in FAR 52.212-1 in 5.1.1 will be considered nonresponsive. �The following factor(s) shall be used to evaluate offers:� 1.�� �Price:� 1.1.�� � Government will rank offers received by lowest TEP and will then determine Technical Acceptability of each offer. �If the Government receives three (3) offers or fewer, all quotes will be evaluated for Technical Acceptability. If the Government receives more than three (3) quotes, the Government will only select the three (3) lowest priced offers to evaluate for Technical Acceptability. If any of the three lowest priced offers are deemed Technically Unacceptable, the Government reserves the right to evaluate additional offers for technical acceptability if it is determined to be in the Government�s best interest. 1.2.�� � Price will be evaluated using the TEP. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. �The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. �Some of those techniques are, but not limited to, comparison of quoted prices received in response to the solicitation and/or comparison of quoted prices with the Independent Government Estimate. �To be eligible for award an offeror�s TEP must be determined fair and reasonable.� 1.3.�� �Unbalanced pricing. �Offerors are cautioned against submitting an offer that contains unbalanced pricing. �Unbalanced pricing may increase performance risk and could result in payment of unreasonably high prices. �Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one (1) or more contract line items is significantly over or understated. �The Government shall analyze offers to determine whether they are unbalanced with respect to separately priced line items or sub-line items. An offer that is determined to be unbalanced may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government. 1.4.�� �Pricing must meet the requirements/specifications in FAR 52.212-1 in 5.1.2. �No additional information from the offeror will be required if the price is based on adequate price competition.?�In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. 2.�� �Non-price Factor/Technical Evaluation:� 2.1�� �The Government shall evaluate IAW 5.1.3. �Technical will receive a rating of acceptable or unacceptable. �If all requirements identified in 5.1.3 are not provided, offeror will be considered nonresponsive to this solicitation and will not be eligible for award. (End of Provision) �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/33b6481798af429e9786bfbb4f3847cb/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07113514-F 20240703/240701230107 (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.