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

70 -- FY24 SAPR VTC UPGRADE

Notice Date
7/1/2024 8:54:01 AM
 
Notice Type
Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
FA4877 355 CONS PK DAVIS MONTHAN AFB AZ 85707-3522 USA
 
ZIP Code
85707-3522
 
Solicitation Number
FA487724QA182-S
 
Response Due
7/19/2024 10:00:00 AM
 
Archive Date
08/03/2024
 
Point of Contact
Elisa Montoya, Phone: 5202282377, Erick Ramirez Millan, Phone: 5202284967
 
E-Mail Address
elisa.montoya@us.af.mil, erick.ramirez_millan@us.af.mil
(elisa.montoya@us.af.mil, erick.ramirez_millan@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOLICITATION RFQ FA487724QA182-S � FY24 355 WG SAPR VTC i. Solicitation FA4877?24?Q?A-182-S is issued as a Request for Quotation (RFQ) ii. This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2024-05 effective 22 May 2024, The DFARS provisions and clauses are those effective 30 May 2024, The DAFFARS provisions and clauses are those effective 12 June 2024. iii. This procurement is being issued as a total small business set-aside. The North American Industry Classification System Code is 334111 with a size standard of 1,250 Employees. iv. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. v. Davis?Monthan Air Force Base intends to issue a firm?fixed price purchase order for the following: CLIN 001: 355 WG SAPR Audio Visual/Video Teleconferencing equipment and installation in accordance with Performance Work Statement vi. The government will issue a purchase order to the offeror whose quote meets lowest price and technical acceptability. Technical acceptability is defined and referred to within this solicitation document as the offeror�s capability statement to meet scope of work within the Performance Work Statement and equipment approval from the base Communications Squadron. vii. Important Dates/Times A site visit is tentatively scheduled for Friday, July 12th, 2024 10:00 AM. You must send an email to POC�s listed at least one business day prior to scheduled event if interested in attending. All questions must be submitted via email by Tuesday, July 16th, 10:00 AM All quotes must be submitted via email by Friday, July 19th, 10:00 AM viii. It is the responsibility of the offeror to review the posting for any changes or amendments that may occur concerning this RFQ. Amendments must be acknowledged by providing a signed copy when submitting quote. It is the responsibility of the offeror to ensure all quotes and/or questions are submitted in a timely manner by specified due date. x. Point of Contacts: a. Primary: Elisa Montoya, elisa.montoya@us.af.mil, (520) 228-2377 b. Alternate: Erick Millan, erick.ramirez_millan@us.af.mil, (520) 228-4967 ix. Attachments Attachment 1 � Performance Work Statement Attachment 2 � Provisions & Clauses Attachment 3 � Service Contract Act WD# 2015-5473 Rev 22 xi. FAR 52.212-1 Instructions to Offerors is incorporated by reference within the attached Provisions & Clauses. Please refer to Acquisition.Gov for full text. Quote submission must include, at minimum, those outlined in FAR 52.212-1 and projected lead times/period of performance. xii. 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 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: (i) technical capability of the service offered to meet the Government requirement; (ii) price; The lowest priced offer will be evaluated for technical acceptability. If found technically acceptable award will be made without further consideration. If found technically unacceptable the government will evaluate the next lowest offer for technical acceptability until award can be made to the lowest priced technically acceptable offeror. Past Performance will not be evaluated. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. This will be a lowest price technically acceptable purchase. Technical acceptability � at a minimum � will consist of meeting all characteristics, including those above and all items listed in Attachment 1 � Performance Work Statement. (b) Options. The Government does not require options for this requirement. (c) 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. xiii. OMBUDSMAN (JUL 2023) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/FLDCOM/DRU/DAFRCO ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/FLDCOM/DRU ombudsman level, may be brought by the interested party for further consideration to the Department of the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer. (End of clause) xiv. ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (JUN 2024) (a) Contractors shall not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order. (b) For the purposes of Department of the Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Department of the Air Force definition of a Class I ODS.]
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1f924774053c4afba7de7fb97a36f8d1/view)
 
Place of Performance
Address: Tucson, AZ 85707, USA
Zip Code: 85707
Country: USA
 
Record
SN07114206-F 20240703/240701230112 (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.