Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 20, 2024 SAM #8271
MODIFICATION

43 -- Stage 1 & Stage 2 Intercoolers Replacement

Notice Date
7/18/2024 5:11:19 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
FA2396 USAF AFMC AFRL PZL AFRL PZLE WRIGHT PATTERSON AFB OH 45433-7541 USA
 
ZIP Code
45433-7541
 
Solicitation Number
COMBO-AFRL-PZLEQ-2024-0019
 
Response Due
8/2/2024 1:00:00 PM
 
Archive Date
08/17/2024
 
Point of Contact
Mike Hornberger, Phone: 9377130549, Chris Stokes
 
E-Mail Address
michael.hornberger.1@us.af.mil, chris.stokes.1@us.af.mil
(michael.hornberger.1@us.af.mil, chris.stokes.1@us.af.mil)
 
Description
GENERAL STATEMENT: This is a combined synopsis/solicitation for commercial items issued by the Air Force Research Laboratory/PZLEQ, Wright-Patterson Air Force Base, Ohio. This announcement constitutes the only solicitation being issued for the requirement described herein. SOLICITATION INFORMATION Solicitation Number:�� COMBO-AFRL-PZLEQ-2024-0019 [X] Request for Quotation (RFQ) [ ��] Request for Proposal (RFP) [�� ] Invitation for Bid (IFB) REGULATION IDENTIFICATION: This solicitation and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-01 Effective 30 Dec 2022. NOTICE OF SMALL BUSINESS SET-ASIDE Set-aside Type� N/A NAICS Size Standard N/A LISTING/DESCRIPTION OF ITEMS: The purchase, delivery, and installation of Stage 1 and Stage 2 Intercoolers that will interface and be used with the current existing CENTAC centrifugal air compressor system. DELIVERY INFORMATION: FOB:�� [X] Destination ����������� [�� ] Origin Place of Delivery: ����������� ����������� 2790 D Street, Building 65 ����������� WPAFB, OH 45433 Requested Date of Delivery: 31 October 2024 INSTRUCTIONS TO OFFERORS: The provision at FAR 52.212-1, Instructions to Offerors � Commercial (Jun 2020), applies to this acquisition. Addenda: ����������� N/A EVALUATION OF OFFERS: The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014), will be used to evaluate quotes received. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote 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: Lowest Price Technically Acceptable ����������������������� (1) Price (2) Technical Acceptability (a) In order for this quote to be considered �Technically Acceptable� it must meet all specification requirements in the Statement of Work. Offerors shall assume that the Government has no prior knowledge of its facilities, capabilities, and experience and will base the evaluation solely on the information presented in the Offeror�s proposal. The Government reserves the right to award all, some, or none, of the items listed in this solicitation. The Government reserves the right to resolicit if results garner only one qualifying quote, if it�s determined to be in the best interests of the Government. OFFEROR REPRESENTATIONS AND CERTIFICATIONS: Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Feb 2021), with your quote. If offeror has completed annual representations and certifications in System for Award Management (SAM), then only paragraph (b) needs to be submitted with quote. If offeror has not completed annual representations and certifications in SAM then paragraphs (c-v) need to be submitted. CONTRACT TERMS & CONDITIONS: The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018), applies to this acquisition. Addenda: ����������� N/A REQUIRED TERMS & CONDITIONS TO IMPLEMENT STATUTES OR ORDERS: The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jan 2021), applies to this acquisition. The following clauses are incorporated via paragraph (b) and considered applicable to this acquisition: Clause Number Clause Title FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-1 Buy American--Supplies FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer- System for Award Management ADDITIONAL CONTRACT REQUIREMENTS: (1) Offeror shall include all warranty requirements and documentation with quote. (2) Offerors shall identify how long the quote is valid. Additional provisions and clauses applicable to this requirement: Type Number Title Clause FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements Provision FAR 52.204-7 System for Award Management Clause FAR 52.204-13 System for Award Management Maintenance Clause FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment Clause FAR 52.232-39 Unenforceability of Unauthorized Obligations Clause FAR 52.232-40 Providing Accelerated payments to Small Business Subcontractors Clause FAR 52.246-16 Responsibility for Supplies Clause FAR 52.247-34 F.O.B. Destination Provision FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in Text) - https://www.acquisition.gov/ Clause FAR 52.252-2 Contract Clauses Incorporated by Reference (Fill-in Text) - https://www.acquisition.gov/ Clause DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Clause DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Provision DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Clause DFARS 252.204-7003 Control of Government Personnel Work Product Provision DFARS 252.204-7004, Alt A, System for Award Management Alternate A Clause DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support Clause DFARS 252.223-7008 Prohibition of Hexavalent Chromium Clause DFARS 252.225-7001 Buy American and Balance of Payments Program Clause DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Clause DFARS 252.225-7048 Export-Controlled Items Clause DFARS 252.232-7003 Electronic Submission of Payment Requests Clause DFARS 252.232-7006 Wide Area Workflow Payment Instructions Clause DFARS 252.232-7010 Levies on Contract Payments Clause DFARS 252.225-7012 Preference for Certain Domestic Commodities Clause DFARS 252.243-7001 Pricing of Contract Modifications Clause DFARS 252.244-7000 Subcontracts for Commercial Items Clause AFFARS 5352.201-9101 Ombudsman (Fill-in Text) Ombudsman: AFRL/PK Director Alternate Ombudsman:� AFRL/PK Deputy Director 1864 Fourth St Wright-Patterson AFB OH 45433-7130 937-904-9700 Afrl.pk.workflow@us.af.mil DPAS APPLICABILITY: This requirement is not applicable to the Defense Priorities and Allocations System (DPAS). SOLICITATION CLOSING INFORMATION: Quotes are due by: 02 August 2024, @ 4:00 PM EST. Quotes must be received by the closing date stated above. Submit quotes by email. POINT OF CONTACT: The point of contact for this acquisition for any questions and for submission of quotes is: Name: ������������ Mike Hornberger Title: �������������� Contract Specialist Phone #:��������� (937) 713-0549 Email: ������������ michael.hornberger.1@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2b5305802f5a440cb277a9b715d4eb60/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN07133411-F 20240720/240718230110 (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.