SOLICITATION NOTICE
70 -- Laptop Storage Cabinets and BNO Cisco and Juniper Switches
- Notice Date
- 9/12/2023 1:19:13 PM
- Notice Type
- Solicitation
- NAICS
- 334112
— Computer Storage Device Manufacturing
- Contracting Office
- FA4452 763 ESS SCOTT AFB IL 62225-5020 USA
- ZIP Code
- 62225-5020
- Solicitation Number
- FA445223Q0037
- Response Due
- 9/18/2023 10:00:00 AM
- Archive Date
- 10/03/2023
- Point of Contact
- Captain Willis Crouch, Hunter Ottensmeier, Phone: 6182569984
- E-Mail Address
-
willis.crouch@us.af.mil, hunter.ottensmeier@us.af.mil
(willis.crouch@us.af.mil, hunter.ottensmeier@us.af.mil)
- Small Business Set-Aside
- WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- Description
- 1.� INTRODUCTION: �This is a combined Synopsis/Solicitation RFQ in accordance with (IAW) Federal Acquisition Regulation (FAR) Subpart 12.6, and FAR Part 13.5 Simplified Acquistion Procedures (SAP) for Certain Commercial Products and Commercial Services, and as supplemented with additional information included within this notice.� Headquarters (HQ) Air Mobility Command (AMC) requires (4 qty) 30 Laptop Security Cabinet Drawers, (25 qty) 20 Laptop Security Cabinet Drawers, (7 qty) 10 Laptop Security Cabinet Drawers, (14 qty) Cisco C9300-24P Switches, and (7 qty) Juniper EX3400-24P Switches. Funds are not currently available; however, it is highly anticipated that FY23 funds will be made available prior to the end of the fiscal year. 2.� DISCLAIMER:� This RFQ in no way obligates the Government for any costs incurred by the contractor for this requirement.� The Government reserves the right not to award a Purchase Order (PO) in response to this RFQ.� Prior to commencement of any activites associated with performance of this requirement, the Government will issue a written directive or contractual document signed by the Contracting Officer with appropriate consideration established. 3. REQUIREMENT: �There are seven attachments to this RFQ: Attachment 1- Laptop Security 30 Cabinets Salient Characteristics, Attachment 2-Laptop Security 20 Cabinets Salient Characteristics, Attachment 3 � Laptop Security 10 Cabinets Salient Characteristics, Attachment 4 � Quantities and Locations, Attachment 5 � Solicitation FA445223Q0037, Attachment 6 � Pricing Worksheet, Attachment 7- Brand Name Only Justification � Redacted.� A response to this request shall consist of completion of Attachment 6 (or a submitted proposal in contractor format as long as it, at a minimum, depicts unit and extended price (rounded to the nearest dollar),� applicable specifications, and delivery periods). 4. BASIS OF AWARD: Award will be made IAW FAR 13 procedures and the procedures specified in this RFQ, and on the basis of the lowest total aggregate price proposal that is technically acceptable.� The Government intends to award a Firm Fixed Price (FFP) PO to the offeror who is deemed responsible IAW FAR 9.1, as supplemented, and whose proposal conforms to the FOPR�s requirements and is judged to represent the technically acceptable proposal with the lowest complete and reasonable price.� First, the Government will rank the proposals which conform to the FOPR�s requirements from lowest price to highest price.� Next, the Government will evaluate the lowest price offeror for technical acceptability as follows: Technically acceptable � proposal meets all the requirements of this requirement as outlined in Attachments 1 through 4. Technically unacceptable �proposal does not meet all the requirements, as outlined in Attachments 1 through 4. If the proposal with the lowest price is determined technically acceptable, the Government will evaluate the offer�s total aggregate price for price completeness,� reasonableness, and unbalanced pricing, as defined below.� If the lowest priced proposal is technically acceptable and the price is complete, reasonable, and balanced, then this offeror�s proposal represents the best value to the Government and award will be made to that offeror.� If the lowest priced proposal is not technically acceptable, the Government will consider the correction potential and may enter into interchanges with that offeror.� If, after interchanges with that offeror, their proposal is technically acceptable and remains the lowest price, the PO will be issued to that offeror.� If the Government deems the proposal not easily correctable, or if at any time it becomes other than the lowest priced proposal, the next lowest priced proposal will be evaluated for technically acceptability, followed by an analysis of their price to verify reasonableness, completeness, and balance.� Interchanges will take place as necessary or deemed appropriate by the Government.� This evaluation process will be repeated until reaching a technically acceptable proposal, or until all proposals are evaluated.� In order to determine price fair and reasonable, the evaluation process may continue until reaching two technically acceptable proposals (to establish price competition).� Applicable definitions are outlined below: Completeness � The proposal will be reviewed to determine the extent to which all the price elements have been addressed.� The review will determine the adequacy of the offeror�s proposal in addressing and fulfilling the FOPR requirements. Reasonableness � For a price to be reasonable, it must represent a price to the Government that a prudent person would pay in the conduct of competitive business.� The Government will determine prices fair and reasonable through adequate price competition outlined in FAR 15.404-1(b)(2)(i). Unbalanced pricing - Contractors are cautioned against submitting a proposal that contains unbalanced pricing.� Unbalanced pricing may increase performance risk and could result in payment of unreasonably high prices.� Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly over or understated.� The Government shall analyze offers to determine whether they are unbalanced with respect to separately priced line items or sub-line items.� A proposal that is determined to be unbalanced may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government. 5. �The Government intends to make award based on the initial quote submissions without conducting interchanges.� Therefore, each proposal should contain the Offeror�s best terms from a price and technical standpoint.� However, the Government reserves the right to hold interchanges if, during the evaluation, it is determined to be in the best interest of the Government.� Interchanges are fluid interaction(s) between the Contracting Officer (CO) and the offerors that may address any aspect of the proposal and may or may not be documented in real time.� However, the Government reserves the right to conduct interchanges using Interchange Notices (IN).� Offeror responses to INs will be considered in making the award selection decision.� Interchanges may be conducted with one, some, or all offerors.� The Government is not required to conduct interchanges with any or all offerors responding to this RFQ.� This acquisition follows SAP FAR 13.5, as supplemented.� The CO will determine prices fair and reasonable through adequate price competition as outlined in FAR 15.404-1(b)(2)(i) or through any other price analysis techniques at FAR 15.404-1(b)(2).� 6.� Proposals shall be submitted by email to willis.crouch@us.af.mil and hunter.ottensmeier@us.af.mil no later than 18 Sept 23 at 12:00 PM Central Standard Time.� Any proposals received after the RFQ closing date and time may be considered �late� and may not be considered.���
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/195bc613d57b422f828a54e5e73a91e4/view)
- Record
- SN06828511-F 20230914/230912230108 (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 |