Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2023 SAM #7960
SOLICITATION NOTICE

42 -- Guardian Angel Elite law enforcement lights and mounts (brand name or equal)

Notice Date
9/11/2023 8:24:04 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335139 —
 
Contracting Office
FA3016 502 CONS CL JBSA LACKLAND TX 78236-5286 USA
 
ZIP Code
78236-5286
 
Solicitation Number
FA301623U0335
 
Response Due
9/15/2023 1:30:00 PM
 
Archive Date
09/30/2023
 
Point of Contact
Sharla Blalock, Phone: 8307145253, David A. Delgado Jr., Phone: 2106528513
 
E-Mail Address
sharla.blalock@us.af.mil, david.a.delgado.6@gmail.com
(sharla.blalock@us.af.mil, david.a.delgado.6@gmail.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
*please see�Combined Synopsis Solicitation - Guardian Angel Lights - Offical Release for correct formatting This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation is issued as a Request for Quotation (RFQ): RFQ No. FA3016-23-U-0335. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04 effective 06/02/2023 and Defense Federal Acquisition Regulation Supplement Publication Notice 08/17/2023 effective 08/17/2023. This acquisition is a 100% Small Business Set-Aside in accordance with FAR 19.502-2. Interested vendors shall refer any and all eligibility questions to their respective Business Development Specialist at their respective servicing SBA District Office. The associated NAICS is 335139; the size standard is 1250 EMP. IAW FAR 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. See Schedule of Supplies (Attachment 1) for a list of line item number(s) and items, quantities, and units of measure This is a Brand Name or Equal acquisition. Salient Characteristics (Attachment 3) Date of Delivery (install completion): 45 days after receipt of order; Place of Delivery and acceptance: 1 Washington Circle, Suite 2 room 208, Joint Base San Antonio-Randolph, TX 78150 ; FOB point: Destination. The FAR provision 52.212-1, Instructions to Offerors -- Commercial Products and Commercial Services, and addendum applies to this acquisition. ADDENDUM TO 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES FAR 52.212-1 is hereby tailored as follows: IAW basic clause. Submission of quotes. To assure timely and equitable evaluation of quotations, quoters must follow the instructions contained herein. Quoter must complete fill-ins in the combined synopsis/solicitation no. FA3016-23-U-0335 and Additional Terms and Conditions (Attachment 2). Quotations must be submitted along with acknowledgement of all amendments, if applicable. Quoters must complete only paragraph (b) of the provision FAR 52.212-3 if the Quoter has completed the annual representations and certification electronically via the System for Award Management (SAM) website at https://www.sam.gov. Quoters who have not completed the annual representations and certifications electronically shall complete only paragraphs (c) through (p) of the provision FAR 52.212-3 and return it along with their quotation. Quotations must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The quotation shall demonstrate the ability to provide the required supplies in accordance with (IAW) the Schedule of Supplies (Attachment 1). Quoters must clearly identify any exceptions to the solicitation terms and conditions and provide complete accompanying rationale. The Government intends to make award based on the initial quote submissions without conducting interchanges. Therefore, each quote should contain the quoter�s best terms from a price and technical standpoint. However, the Government reserves the right to hold interchanges (using Interchange Notices {INs}) if, during the evaluation, it is determined to be in the best interest of the Government, IAW FAR 52.212-1(g). Interchanges are fluid interaction(s) between the Contracting Officer (CO) and the quoters that may address any aspect of the quote and may or may not be documented in real time. Interchanges may be conducted with one, some or all quoters as the Government is not required to conduct interchanges with any and/or all quoters responding to this solicitation. Quoters shall submit the following items: Price: Quoters are required to complete and return the attached Schedule of Supplies (Attachment 1) and may also provide a quote on company letterhead which must provide the following information, as listed in the Schedule of Supplies (Attachment 1): Descriptions, Unit Prices, and Total Prices. Quoters must provide quote for all of the requirements listed in the Schedule of Supplies (Attachment 1). Quote shall include a unit and total price. If a contract line item number (CLIN) is not separately priced (NSP), please annotate unit price as zero (0) and place �NSP� in the total price column. The Government intends to award based on initial responses, therefore, you are encouraged to offer your most advantageous pricing to include discounts, in the initial response. Adjectival Rating Description Acceptable Quote meets the requirements of this factor Unacceptable Quote does not meet the requirements of this factor Technical Specifications: This is a Brand Name or Equal acquisition. The technical response shall demonstrate that the contractor can provide the brand name or equal Guardian Angel lights required in the Schedule of Supplies (Attachment 1) Delivery � Quoters shall fill out the Delivery Schedule specified in Schedule of Supplies (Attachment 1) or provide a statement confirming the delivery schedule on company quotation. The technical response shall confirm the contractor�s delivery of products are within the time frame specified in this RFQ.� Adjectival Rating Description Acceptable Technical specifications and delivery meets the requirements of this factor Unacceptable Technical Specifications and delivery does not meet the requirements of this factor Period for acceptance of quotations: The quoter agrees to hold the prices in its quotation firm for 90 calendar days from the date specified for receipt of quotations. Late submissions, modifications, revisions, and withdrawals of offers:� IAW basic provision. Contract award (not applicable to Invitation for Bids). The Government intends to evaluate quotations and award a contract without interchanges with quoters. Therefore, quoters� initial quotation should contain the quoters� best terms from a price and technical standpoint. However, the Government reserves the right to conduct interchanges if later determined by the Contracting Officer to be necessary. The Government may reject any or all quotations if such action is in the public interest; accept other than the lowest quotation; and waive informalities and minor irregularities in quotations received. Award shall be made to the quotation who is technically acceptable, has the lowest price, and is deemed responsible IAW FAR Part 9. Multiple Awards: The Government will award a single contract on an �all or none� basis; multiple awards shall not be contemplated.� (End of Addendum to 52.212-1) The FAR provision 52.212-2, Evaluation -- Commercial Products and Commercial Services, applies to this acquisition, and addendum applies to this acquisition. ADDENDUM TO 52.212-2, EVALUATION -- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES FAR 52.212-2 is hereby tailored as follows: The Government will issue a purchase order resulting from this solicitation to the responsible quoter whose quotation conforming to this solicitation will be most advantageous to the Government, price and other factors considered. It is the Government�s intent to evaluate quotations and issue a purchase order IAW FAR 13.106. Evaluation Factors and Subfactors If three (3) or fewer quotes are received, the Government will evaluate all quotes for technical acceptability. If more than three (3) quotes are received, the Government will then evaluate the three (3) lowest priced quotes for Technical Acceptability. However, the Government reserves the right to evaluate additional quotes for technical acceptability if deemed to be in the Government�s best interest. If additional quotes are evaluated for technical acceptability, they will be evaluated in the order of increasing total price, when the agency determines that none of the initial three (3) lowest priced quotes are qualified as acceptable. The agency will reject and not consider for award any quote found technically unacceptable and ineligible for award under the terms of this RFQ. Best Value will be based on a Lowest Price Technically Acceptable (LPTA) approach. For this RFQ, best value means a single award shall be made to the responsible contractor whose products are technically acceptable, has the lowest price, and is deemed responsible IAW FAR Part 9. The following two (2) factors shall be used to evaluate quote(s): Price and Technical. Price Quoters are required to complete and return the attached Schedule of Supplies (Attachment 1) and may also provide a quote on company letterhead which must provide the following information, as listed in the Schedule of Supplies: Descriptions, Unit Prices, and Total Prices. Quoters must provide quote for the all of the requirements listed in the Schedule of Supplies (Attachment 1). Quote shall include a unit and total price. If a contract line item number (CLIN) is not separately priced (NSP), please annotate unit price as zero (0) and place �NSP� in the total price column. The Government intends to award based on initial responses, therefore, you are encouraged to offer your most advantageous pricing to include discounts, in the initial response. Adjectival Rating Description Acceptable Quote meets the requirements of this factor Unacceptable Quote does not meet the requirements of this factor Technical Specifications - This is a Brand Name or Equal acquisition. The technical response shall demonstrate that the contractor can provide the brand name or equal Guardian Angel Lights and Mounts required in the Schedule of Supplies (Attachment 1). Delivery � Quoters shall fill out the Delivery Schedule specified in Schedule of Supplies (Attachment 1) or provide a statement confirming the delivery schedule on company quotation. The technical response shall confirm the contractor�s delivery of products are within the time frame specified in this RFQ.� The technical specifications will be evaluated and received one of the following ratings: Adjectival Rating Description Acceptable Technical specifications and delivery meets the requirements of this factor Unacceptable Technical Specifications and delivery does not meet the requirements of this factor IAW basic provision. (End of Addendum to 52.212-2) Quoters shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications � Commercial Products and Commercial Services, with their quotation. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services, and addendum applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services, applies to this acquisition. Defense Priorities and Allocations System (DPAS) and assigned rating do not apply to this acquisition. Quotations are due: Submit Quotations no later than 15 September 2023, 3:30 PM CDT. Submit via email to: sharla.blalock@us.af.mil AND david.delgado.21@us.af.mil. Late quotations will not be considered. Quotations received after 15 September 2023, 3:30 PM CDT will be discarded and not considered for award. Please title the e-mail as follows:� Company Name Quotation in Response to FA3016-23-U-0335. In the body of the e-mail please include the following: Number of Attachments, and the Title of each attachment. The quoter shall ensure the attachments and content of each attachment attached to the e-mail match the number and contents of the attachments listed in the body of the e-mail. If sending multiple e-mails, please identify the number of e-mails (i.e. 1 of 3, 2 of 3, 3 of 3, etc.). The cut-off date for questions is 13 September 2023, 3:00 PM CDT. Questions regarding this Request for Quotation are to be submitted in writing and directed ONLY to the 502d Contracting Squadron personnel. Submit via email to: sharla.blalock@us.af.mil AND david.delgado.21@us.af.mil. Questions or interchanges with other contractors and other than contracting Government personnel may render a quotation invalid. For additional information regarding this solicitation, please contact the following via e-mail: sharla.blalock@us.af.mil AND david.delgado.21@us.af.mi. Ensure you reference the solicitation number, FA3016-23-U-0335, in the subject line. Please be advised that this RFQ in no manner obligates the Government regarding award of a contract that results from the issuance of this RFQ. 3 Attachments: Schedule of Supplies Provisions and Clauses Salient Characteristics
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d7987015e6664f87abaa242032135be6/view)
 
Place of Performance
Address: JBSA Randolph, TX 78150, USA
Zip Code: 78150
Country: USA
 
Record
SN06826363-F 20230913/230911230103 (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.