SOLICITATION NOTICE
54 -- B1615 Wash Rack Breakroom/Comfort Station
- Notice Date
- 9/14/2022 1:14:24 PM
- Notice Type
- Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Solicitation Number
- FA930122Q0036
- Response Due
- 9/19/2022 5:00:00 PM
- Archive Date
- 10/04/2022
- Point of Contact
- Cinthia Arias, Jillian Marroquin
- E-Mail Address
-
cinthia.arias@us.af.mil, jillian.marroquin@us.af.mil
(cinthia.arias@us.af.mil, jillian.marroquin@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a Combined Synopsis/Solicitation for the purchase and delivery of a 20� x 8� ISO Container at Edwards Air Force Base in accordance with the attached Statement of Work. (i) This is a combined synopsis/solicitation for commercial products 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. (ii) Solicitation number: FA9301-22-Q-0036 This solicitation is issued as a Request for Quote (RFQ). �(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-07, DPN 20220623, AFAC 2022-0701. (iv) This solicitation is provided for a 100% small business set-aside. The North American Industry Classification System (NAICS) number for this acquisition is 332311 with a size standard of 750 employees. (v) CLIN 0001 Purchase of a 20' x 8' ISO Container with a Office and 1/2 Bathroom for Building # 1615 as described in Attachment 1 Statement of Work (SOW) dated 31 Aug 2022. QTY: 1 UoM: Unit CLIN 0002 Delivery of a 20' x 8' ISO Container with a Office and 1/2 Bathroom for Building # 1615 as described in Attachment 1 Statement of Work (SOW) dated 31 Aug 2022. QTY: 1 UoM: Each �(vi)� Description of requirement: B1615 Wash Rack Breakroom/Comfort Station (vii) Period of Performance: Delivered no later than 31 January 2023, FOB Destination. (viii) The provision at FAR 52.212-1, Instructions to Offerors � Commercial Items (Nov 2021), applies to this acquisition. Provisions and clauses can be viewed via internet at Acqusition.gov, https://www.acquisition.gov/ Offerors shall prepare their quotations in accordance with FAR 52.212-1. PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE: The solicitation number; The time specified in the solicitation for receipt of offers; The name, address, and telephone number of the offeror; SAM UEI: CAGE Code: A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents if necessary; Terms of any express warranty Delivery lead time Price and discount terms �Remit to� address, if different than mailing address; A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically; Acknowledgement of solicitation amendments; If the offer is not submitted on the�SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Products�and�Commercial Services (Nov 2021), applies to this acquisition. 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: (i) Price [The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s)]. (ii) Technical capability of the time offered to meet the Government requirement; (Your offer package MUST clearly show and demonstrate your company�s ability to meet the stated requirements outlined in the Statement of Work. Failure to provide enough information will result in a determination of offer being technically unacceptable to the solicitation.) This will be awarded to the Lowest Price Technically Acceptable Offeror. In order to be found technically acceptable the quote must demonstrate the contractor�s ability to provide the product and related service as outlined in the Statement of Work attachment. In addition, the Program Manager will evaluate quotes to determine technical acceptability. It is a pass/fail basis. If a quote fails, it will be determined to be not technically acceptable. Quotes will be reviewed in sequence with the lowest priced offer being evaluated first. All offers will be evaluated on their proposed Total Price. If the initial lowest price is found to be technically acceptable, award will be made to that vendor. Only one award will be made under this solicitation. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications �Commercial Items (May 2022), with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions � Commercial Items (Nov 2021), applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders-Commercial Items (May 2022), applies to this acquisition. Additional FAR clauses cited in the clause are applicable to the acquisition and listed in the attachment labeled �Solicitation- FA930122Q0036�. Full text for the clauses and provisions can be accessed via https://www.acqusition.gov/ (xiii) Additional Contract Requirement or Terms and Conditions: Please find the contemplated list of additional provisions/clauses within the attachment labeled �Solicitation- FA930122Q0036�. The final list of clauses is dependent upon actual dollar value of the contract award, and may change from those provided in the attachment. (xiv) Defense Priorities and Allocation System (DPAS): N/A (xv) Quote Submission Information: Offerors quotes are due by 19 September 2022 at 5:00PM PDT and must be sent to Cinthia Arias (Contract Specialist) cinthia.arias@us.af.mil and Jillian Marroquin (Contracting Officer) at jillian.marroquin@us.af.mil, via e-mail. No late submission will be accepted. �(xvi) For additional information regarding this solicitation contact: � � � � � � � Primary Point of Contact: Cinthia Arias cinthia.arias@us.af.mil � � � � � � � Secondary Point of Contact: Jillian Marroquin at jillian.marroquin@us.af.mil �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6f05b81597164ab9b329b3a8dead6008/view)
- Place of Performance
- Address: Edwards, CA 93524, USA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN06465387-F 20220916/220914230135 (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 |