Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 19, 2020 SAM #6685
SOLICITATION NOTICE

66 -- Sound Level Meters

Notice Date
3/17/2020 9:22:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
FA8650 USAF AFMC AFRL PZL RAK RXK WRIGHT PATTERSON AFB OH 45433-7541 USA
 
ZIP Code
45433-7541
 
Solicitation Number
FA865020P4149
 
Response Due
3/31/2020 10:00:00 AM
 
Archive Date
04/15/2020
 
Point of Contact
Chris Stokes, Phone: 9377139831
 
E-Mail Address
chris.stokes.1@us.af.mil
(chris.stokes.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Request for Quote This Request for Quote (RFQ) is expected to result in the award of a firm-fixed-price contract for USAFSAM/OED Bioenvironmental Engineering Schoolhouse at WPAFB, OH for the purchase of six (6) sound level meters, as described in the accompanying requirements attachment. This combined RFQ is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 8.405, as supplemented with additional information included in this notice. This announcement constitutes the only combined synopsis/solicitation; proposals are being requested and a written solicitation will not be issued. An award, if any, will be made to the responsible Offeror who submits a proposal that: 1.� Conforms to the requirements of the combined synopsis/solicitation. 2.� Receives a rating of �Acceptable� on the Technical Capability evaluation factor. 3.� Contains the lowest technically acceptable price (LPTA), provided that the total evaluated price (TEP) is not unbalanced and is fair and reasonable. The associated North American Industrial Classification System (NAICS) code is 334519 � Other Measuring and Controlling Device Manufacturing with a small business size standard of 500 employees. �NAICS Code: 334519 - Other Measuring and Controlling Device Manufacturing �Small Business Size Standard: �500 Employees �Acceptable means of Submission:� All proposals must be submitted electronically through GSA e-Buy! https://www.ebuy.gsa.gov/ebuy/ by 31 March 2020 1:00 PM EST. Proposals sent by email will NOT be accepted. Submittal of proposals in response to this combined RFQ constitutes agreement by the Offeror to all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract.� It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet website https://www.acquisition.gov/. The Government reserves the right to award without discussions or make no award depending upon the quality, price fairness, and price reasonableness of the proposals received.� �Shipping Prices:� If shipping prices apply, they must either be included in the cost per reportable or addressed within the quote.�������������������������������������������������� Delivery Destination:��711th HPW OML ���������������������������������������������� 2510 Fifth Street Bldg B840 Area B� ���������������������������������������������� Wright Patterson AFB, OH 45433���������������������������������������������������������������������� Delivery Type:� FOB Destination (As defined in FAR 2.101�Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) Inspection and Acceptance:� Both inspection and acceptance will be by the Government at Destination. The proposals may be in Microsoft Office (Word, Excel) or PDF format and MUST include: �1.� Proposing company�s name, address, DUNS number, Cage Code, and TIN. 2.� Point of contact�s name, phone, and email. 3.� Proposal number & date. 4. �Timeframe that the proposal is valid. 5.� Price List for all items including individual item price (Attachment 4). 6.� Total price (Net 30), No Progress Payments. 7.� Shipping (FOB Destination). 8.� Delivery Schedule. 9.� Completed copy of representations and certifications (Attachment 2). �Important Notice to Contractors:� Proposals MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements outlined in the Statement of Work (Attachment 1).� The Contracting Officer will review proposal based on the factors listed in this combined synopsis/solicitation and the information furnished by the Offeror.� Before price is considered, the proposal must meet the technical specifications of this combined synopsis/solicitation. ADDITIONAL INSTRUCTIONS TO OFFERORS Proposal Content:� Proposals shall consist of two separate parts, a technical proposal and a price proposal.� Proposal Detail:� The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims.� The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements.� Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted. Limit proposal length to 5 pages. Embellishments Not Desired:� Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired.� Technical Proposal:� Describe how the offeror will provide for the requirement as described in the SOW. Please direct all questions to Mr. Chris Stokes via email at chris.stokes.1@us.af.mil. �Attachments: ������������� 1) Statement of Work
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/94301f4c92374148b5f61bcd167a1f85/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN05592181-F 20200319/200317230152 (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.