SOLICITATION NOTICE
41 -- FY24 PTAC REQUIREMENT
- Notice Date
- 9/12/2024 10:51:55 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- W7NH USPFO ACTIVITY MSANG CRTC GULFPORT MS 39507-4324 USA
- ZIP Code
- 39507-4324
- Solicitation Number
- W50S7K24R0006
- Response Due
- 9/19/2024 12:00:00 PM
- Archive Date
- 10/04/2024
- Point of Contact
- SMSgt Michael S. Hornbeck, Phone: 2282146168, A1C Hunter Cline, Phone: 2282146157
- E-Mail Address
-
michael.hornbeck@us.af.mil, hunter.cline.1@us.af.mil
(michael.hornbeck@us.af.mil, hunter.cline.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6: Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number W50S7K-24-R-0006 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2024-06 effective 29 AUG 2024, and the Defense Federal Acquisition Regulations (DFARS) updated 15 AUG 2024. The provisions and clauses incorporated into this solicitation are contained within this combined synopsis/solicitation and within all attachments to the same. This requirement is being Set-Aside for a Small Business under NAICS 333415 with a small business size standard of 1,250 Employees. The Combat Readiness Training Center-Contracting Office, Gulfport, MS intends to issue a contract intended for the below description of requirements delivered to the Combat Readiness Training Center 4715 Hewes Ave, Gulfport, MS 39507� 52.232-18�Availability of Funds Funds are not presently available for this contract. The Government�s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment�may�arise until funds are made available to the�Contracting Officer�for this contract and until the Contractor receives notice of such availability, to be confirmed�in writing�by the�Contracting Officer. (End of clause) 52.211-16�Variation in Quantity Variation in Quantity�(Apr 1984) (a)�A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. (b)�The permissible variation�shall�be limited to: This increase or decrease�shall�apply to�ALL CLINS. (End of clause) CLIN 0001 (5) ea. Single Zone Ductless Minisplit HP System 18K BTU CLIN 0002 (5) ea. Single Zone Ductless Minisplit HP System 24K BTU CLIN 0003 (10) ea. HVAC Surge Protectors CLIN 0004 (40) ea. Package Terminal Air Conditioner 15K BTU (PTAC) Delivery: 30 Days ARO. A contract will be awarded to the responsible offeror whose quote conforms to the solicitation and is the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process. BASIS OF AWARD: A contract will be awarded to the responsible offeror whose quote conforms to the solicitation and is considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the lowest price conforming to the description of the requirement.� To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the proposals: (1) Technical Acceptability and (2) Price. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. Quotes shall include 1) itemized pricing for each Contract Line-Item Number (CLIN) with a total item amount and 2) a detailed description of services being offered identifying how the contractor shall meet requirements of the PWS. Quotes submitted without a detailed description of the services being offered and/or only restate the government provided scope of work will not be considered and shall be removed from further consideration. Technical Acceptability shall be evaluated as acceptable or not acceptable. Vendors shall submit any materials or manufacturer documents that will show how the product meets the requested specifications. Price evaluation shall be based on the lowest reasonable evaluated price. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at acquisition.gov� Only firm fixed price offers will be evaluated. Award will be made (all or none) to one contractor. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at https://www.acquisition.gov. See attached applicable provisions and clauses. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Deadline for receipt of your quote is established for no later than 2:00 P.M. CDT, Thursday, 19 September 2024. Please email quote to hunter.cline.1@us.af.mil and michael.hornbeck@us.af.mil . SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register online go to http://www.sam.gov/. All questions concerning this requirement must be submitted by Wednesday, 18 September 2024 @ 10:00 AM (CDT). Questions will be answered via an amendment to this solicitation. Questions are to be submitted electronically to hunter.cline.1@us.af.mil and michael.hornbeck@us.af.mil. The following FAR and DFARS provisions and clauses apply to this solicitation: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-9, Personal Identity Verification of Contractor Personnel� 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-16, Commercial and Government Entity Code Reporting� 52.204-18, Commercial and Government Entity Code Maintenance� 52.204-22, Alternative Line Item Proposal� 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24, Representation Regarding Certain Telecommunications an Video Surveillance Services or Equipment 52.204-25, Prohibition Regarding Certain Telecommunications an Video Surveillance Services or Equipment 52.204-26, Covered Telecommunications Equipment or Services-Representation 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations� 52.212-1, Instructions to Offerors--Commercial Items� 52.212-3 Alt. I, Offeror Representations and Certifications-Commercial Items - Alternate I (Note: Offerors are to provide a completed copy of the representations and certifications contained in this provision) 52.212-4, Contract Terms and Conditions--Commercial Items� 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Deviation 2013-O0019)� 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-14, Limitations on Subcontracting� 52.219-28, Post-Award Small Business Program Representation� 52.222-3, Convict Labor� 52.222-19, Child Labor -- Cooperation with Authorities and Remedies� 52.222-21, Prohibition Of Segregated Facilities� 52.222-26, Equal Opportunity� 52.222-36, Equal Opportunity for Workers with Disabilities� 52.222-50, Combating Trafficking in Persons� 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements� 52.223-5, Pollution Prevention and Right-to-Know Information� 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving� 52.225-13, Restrictions on Certain Foreign Purchases� 52.232-18, Availability of Funds 52.232-33, Payment by Electronic Funds Transfer--System for Award Management� 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors� 52.233-3, Protest After Award� 52.233-4, Applicable Law for Breach of Contract Claim 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights� 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7006, Billing Instructions 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016, Covered Defense Telecommunications Equipment or Services-Representation 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services- Representation 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.211-7003, Item Unique Identification and Valuation� 252.223-7008, Prohibition of Hexavalent Chromium� 252.225-7001, Buy American And Balance Of Payments Program-Basic (Jun 2022) 252.225-7048, Export-Controlled Items� 252.225-7055, Representation Regarding Business Operations with the Maduro Regime 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments� 252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites-Representation (DEVIATION 2021-O0003) (APRIL 2021) 252.244-7000, Subcontracts for Commercial Items� 252.247-7023, Transportation of Supplies by Sea Contracting Office Address: MS ANG CTRC - Base Contracting Office 4715 Hewes Ave Gulfport, MS 39507-4324
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1e67020a8805401daf03d83b48465362/view)
- Place of Performance
- Address: Gulfport, MS 39507, USA
- Zip Code: 39507
- Country: USA
- Zip Code: 39507
- Record
- SN07209226-F 20240914/240912230123 (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 |