Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 07, 2020 SAM #6644
SOLICITATION NOTICE

59 -- JB Charleston 2020 Air Expo Sound

Notice Date
2/5/2020 6:16:51 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404 USA
 
ZIP Code
29404
 
Solicitation Number
F1M0D10009AW01
 
Response Due
2/11/2020 11:00:00 AM
 
Archive Date
02/26/2020
 
Point of Contact
Jamie Hart, Phone: 843-963-5176, Bryan Coppage, Phone: 8439634735
 
E-Mail Address
jamie.hart.3@us.af.mil, bryan.coppage@us.af.mil
(jamie.hart.3@us.af.mil, bryan.coppage@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COmbined Synopsis/Solicitation for Commercial ITEMS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation.� Proposals are requested and a written solicitation will not be issued. The synopsis/solicitation reference number is F1M0D10009AW01 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combination synopsis/solicitation that will be used to submit quotes. This solicitation document and incorporated provisions and clauses are those in effect through FAC 2019-06 Item 1, Effective 10 Sep 2019. This acquisition is 100% small business set-aside under NAICS code 532490 with a size standard of $32.5 million. Contractor shall submit a quote for asbestos sampling analysis services for Polarized Light Microscopy (PLM), Transmission Electron Microscopy and Phase Contrast Microscopy. Please see attached Request for Quote (RFQ) document for specific items and quantities. �The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-2, Evaluation - Commercial Items 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 in the following relative order of importance: Price. The Government will evaluate the total price of the offer for award purposes. Technical capability of the item offered to meet the Government requirement. The Government will award a contract to the lowest priced technically acceptable offer. FAR 52.212-3 Offeror Representations and Certifications � Commercial Items All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management� http://www.sam.gov. The clause at FAR 52.212-4, Contract Terms and Conditions�Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items (DEVIATION), applies to this acquisition.�� FAR 52.209-10 � Prohibition on Contracting With Inverted Domestic Corporations FAR 52.222-21 -- Prohibition of Segregated Facilities. FAR 52.222-50 -- Combating Trafficking in Persons. FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. FAR 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (xii) The following additional clauses are applicable to this procurement (not all inclusive): FAR 52.211-17, Delivery of Excess Quantities FAR 52.204-7, System for Award Management FAR 52.204-7 Alt 1, System for Award Management � Alternate 1 FAR 52.204�23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab or Other Covered Entities FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Representation FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) FAR 52.233-3, Protest After Award. FAR 52.253-1, Computer Generated Forms DFARS 252.204-7004, Alternate A. System for Award Management DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports�� (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.246-7000, Material Inspection And Receiving Report� AFFARS 5352.201-9101 Ombudsman 5352.201-9101 OMBUDSMAN 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 party to another official who can resolve the concern. 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). If resolution cannot be made by the contracting officer, the interested party may contact the ombudsmen, Ms. Susan Madison, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, 618-229-0267, fax 618-256-6668, email:� susan.madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the� Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman levels, may be brought by the interested party for further consideration to 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. The ombudsman has no authority to render a decision that binds the agency. 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) (xiii)� Defense Priorities and Allocations System (DPAS):� N/A (xiv) Responses to this combined synopsis/solicitation must be received via email, by 11 February 2020, no later than 2:00 PM EST.� Requests should be marked with solicitation number F1M0D10009AW01. �� (xv) Questions can be addressed to A1C Jamie Hart, Contract Specialist, at (843) 963-5176 email jamie.hart.3@us.af.mil and CC TSgt Bryan Coppage, Contracting Officer, at (843) 963-4735, email bryan.coppage@us.af.mil. For more opportunities, visit https://beta.sam.gov/ Also see: http://www.sba.gov�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0d3feab6faaf4080a9869def0afa5f19/view)
 
Place of Performance
Address: Charleston AFB, SC 29404, USA
Zip Code: 29404
Country: USA
 
Record
SN05552889-F 20200207/200205230145 (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.