SOLICITATION NOTICE
59 -- Tactical Operations Antenna Fabrication and Radio Frequency Training
- Notice Date
- 9/3/2020 6:16:58 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- FA4814 6 CONS PK TAMPA FL 33621-5119 USA
- ZIP Code
- 33621-5119
- Solicitation Number
- F2VTJ30163AW01
- Response Due
- 9/11/2020 10:00:00 AM
- Archive Date
- 09/26/2020
- Point of Contact
- Sherri Ashby, Barbara A. Squitieri
- E-Mail Address
-
sherri.ashby.1@us.af.mil, barbara.squitieri@us.af.mil
(sherri.ashby.1@us.af.mil, barbara.squitieri@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This amendment is released to provide a revised version of the PWS that corrects the performance dates.� No other changes are made. > 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; quotes are being requested and a written solicitation will not be issued. The Request for Quotation (RFQ) number F2VTJ30163AW01 shall be used to reference any written quote provided under this RFQ. The RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07; Effective 31 August 2020. This is a 100% Small Business set-aside. The North American Industry Classification System (NAICS) code for this project is 334220 � Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing with a size standard of 1,250 employees. The purpose of this combined synopsis/solicitation is for the purchase and delivery of RF Theory and Tactical Antenna Training in accordance with (IAW) Attachment 2 � Performance Work Statement (PWS). The bid schedule and contract CLIN schedule are located in Attachment 1 � Bid Schedule.� Training course shall be held 21-25 September 2020, in and around MacDill AFB and Tampa, FL 33621 *FAR Provision 52.212-1, Instructions to Offerors � Commercial Items (Jan 2017) applies to this acquisition and the following addendum applies: The following words stating �offer�, �offeror�, and �proposal� are replaced with �quotation�, �vendor�, and �quote�. Paragraph (a) first sentence revised as follows:� �The NAICS code and small business size standard for this acquisition appear above.� Paragraph (c) first sentence revised as follows:� �The vendor agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the quote.� Quotation due date and time: 11 September 2020, NLT 1:00pm Eastern QUOTES IN RESPONSE TO THIS POSTING SHALL BE EMAILED TO sherri.ashby.1@us.af.mil AND barbara.squitieri@us.af.mil AS STATED BELOW.� RESPONSES THAT DO NOT PROVIDE ALL REQUIRED INFORMATION CAN AND WILL BE CONSIDERED NONRESPONSIVE.� YOU MAY WISH TO REQUEST A DELIVERY RECEIPT. The vendor is responsible for ensuring the successful delivery of its quotation.� Vendors are encouraged to submit the quotation with sufficient time to ensure all documents are successfully received prior to the closing date and time. Note: �.zip files are not an acceptable format for the Air Force Network and will not go through our email system.� It is believed that an email not exceeding 10MB when sent will transit the system successfully and be received by the contracting officer. If your complete proposal exceeds this size, please submit via multiple emails, and indicate in the subject line the RFQ #, vendor name, and the total number of emails being submitted. All questions regarding this RFQ shall be emailed to sherri.ashby.1@us.af.mil by 1:00 P.M. Eastern on 8 September 2020 Please provide the following information with your quote: Company Name: DUNS Number: Cage Code: Payment Terms: FOB (Select):� ____ Destination����������� _____ Origin In addition to the above information, vendors shall provide the following items in either MSWord document or searchable PDF format: 1.� Course syllabus 2.� Course schedule 3.� Practical Application Exercise (PAE) Task Breakdown All companies shall be registered in the System for Award Management at https://sam.gov/SAM/ to be considered for award.� The Government will utilize the information in the System for Award Management (SAM) in determining a vendor�s business size for the NAICS referenced above. The Government will not provide contract financing for this acquisition. BASIS FOR AWARD:� Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106.� Vendor�s submissions will be evaluated based upon the following: (1) Technical:� quote must be rated as technically acceptable to be eligible for award.� In order to be deemed technically acceptable, the following evaluation criteria must be met:� a. The course syllabus and course schedule shall encompass all performance objectives as detailed in PWS Section 2.0, and demonstrate an ability to meet the minimum performance thresholds identified. b. The PAE task breakdown shall be comprehensive and shall demonstrate an ability for students to meet all performance objective by the conclusion of the course. ����������� (2) Price: Award will be made to the lowest priced technically acceptable vendor. Technical and past performance, when combined, are more importance when compared to price. Discussions: The government intends to award a purchase order without discussions with respective vendors.� The government however, reserves the right to conduct discussions if deemed in its best interest. Provisions and Clauses FAR Provision *52.212-3 Alt I, Offeror Representations and Certifications � Commercial Items (Aug 2020), with its Alternate I (Oct 14), applies to this acquisition.� All vendors shall be registered in System for Award Management at https://sam.gov/SAM/ at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018), applies to this acquisition with the following Addendum:� Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. Note:� The vendor acknowledges that should the quote terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract. Additional FAR, DFARS, and AFFARS provisions and clauses that apply to this acquisition, to include FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2020) are identified in Attachment 3 � Provisions and Clauses List. Note: Vendors shall provide with their quote the completed representation found in FAR Clause 52.204-24.� Vendors who do not provide the representation with their quote shall be determined non-responsive and will not be considered for award.� Vendors who provide a positive response to the representation will be ineligible for award. The full text of these clauses and provisions may be assessed electronically at the website: www.acquisition.gov NOTE:� ALL PROVISIONS WILL BE REMOVED AT TIME OF AWARD BUT SHALL REMAIN PART OF THE CONTRACT FILE. Attachments:� (3) Attachment 1 � Bid Schedule Attachment 2 � Performance Work Statement (PWS) Attachment 3 � List of Provisions and Clauses (P&C)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/cbf42994455343b78314f955293b9798/view)
- Place of Performance
- Address: Tampa, FL 33621, USA
- Zip Code: 33621
- Country: USA
- Zip Code: 33621
- Record
- SN05786853-F 20200905/200903230201 (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 |