Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 03, 2024 SAM #8103
SOLICITATION NOTICE

49 -- 57 MXG HPX-1 Plus Digital System

Notice Date
2/1/2024 2:21:12 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
FA4861 99 CONS LGC NELLIS AFB NV 89191-7063 USA
 
ZIP Code
89191-7063
 
Solicitation Number
F3G2CA3345AW01
 
Response Due
2/16/2024 10:00:00 AM
 
Archive Date
03/02/2024
 
Point of Contact
Ulysses Hernandez, Agatha Keith Morrison
 
E-Mail Address
ulysses.hernandez@us.af.mil, agatha.morrison@us.af.mil
(ulysses.hernandez@us.af.mil, agatha.morrison@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation, which is expected to result in an award of a �Firm-Fixed Price� contract for a commercial item, i.e., Brand Name: Reference �Attachment 1- HPX-1 Salient Characteristics� for brand name details. The combined synopsis/solicitation is prepared in accordance with the procedures in the Federal Acquisition Regulation (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. The Government intends to award one contract to the responsible offeror who submits a quote that (1) conforms to the requirements of the synopsis/solicitation; (2) that receives a rating of �Acceptable� on the Technical Capability evaluation factor; and (3) that submits the quote with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is determined to be fair and reasonable. The Government reserves the right to award without discussions or to make no award at all depending upon (1) the quality of quotes received and (2) whether proposed prices are determined to be fair and reasonable. 1. The solicitation number is F3G2CA3345AW01. This solicitation is issued as a Request for Quote (RFQ). 2. This requirement is solicited 100 % Total Small- Business set aside. 3. Reference table in Attachment 1 for the intended contract line-item number (CLIN) structure. THIS IS A BRAND NAME ONLY REQUIREMENT. 4. Description of requirement for the item to be acquired. *****See Attachment 1 for full specifications, quantities, and description Delivery Date: 30 Days ARO Delivery/Ship to Location: Nellis AFB, NV Inspection and acceptance: FOB destination 5. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02, effective 22 January 2024. FAR 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services (Sep 2023) REQUIREMENTS. All quotes shall include the following minimum information:� Product Specifications, CAGE Code, SAM Unique Entity ID, Taxpayer I.D. No., Payment Terms, Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. IAW FAR 52.204-7 and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the System for Award Management (SAM) database prior to contract award.� Lack of SAM registration shall be a determining factor for contract award.� Prospective vendors should visit the SAM website at http://www.sam.gov.com to register.� To ensure your�quote along with any and�all attachments are�received, attachment(s) must be less than 10 MB [in total].� It is the responsibility of the offeror to contact the government to confirm receipt of the quote prior to the offer due date and time. OFFER DUE DATE. Offers are due on Friday, 16 February 2024 at 10:00 am PST. Only electronic offers submitted via email will be considered for this requirement.� Submit offers to SSgt Ulysses Hernandez at ulysses.hernandez@us.af.mil. (End of Provision) FAR 52.212-2 Evaluation�Commercial Products and Commercial Services (Nov 2021) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest-priced, technically acceptable.� This is an �all or none� requirement and will be awarded on one contract.� Multiple contracts will not be issued.� Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated. Technical Acceptable/Unacceptable Ratings--- Acceptable: Offeror�s quote clearly meets the requirement as stated in the solicitation and all attachments. Offeror must provide letter from the manufacturer validating/confirming complete warranty work performed by Carestream. Unacceptable: Offeror�s quote does not meet the requirement as stated in the solicitation and all attachments. Offer did NOT provide letter from the manufacturer validating/confirming complete warranty work performed by Carestream. (b) Options. 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/ (End of clause) PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE FAR 52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.212-3 - Offeror Representations and Certifications�Commercial Products and Commercial Services (Nov 2023) FAR 52.212-4 - Contract Terms and Conditions�Commercial Products and Commercial Services (Nov 2023) FAR 52.212-5 - Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services (Dec 2023) FAR 52.219-1 - Small Business Program Representations (Sep 2023) DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006 - Wide Area WorkFlow Payment Instructions (Jan 2023) DAFFARS 5352.201-9101 - Ombudsman (Jul 2023) DAFFARS 5352.242-9000 - Contractor Access to Air Force Installations (Jul 2023) List of Attachments Attachment 1- HPX-1 Salient Characteristics
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/07c88d522da446efa119ad0758185d93/view)
 
Place of Performance
Address: Nellis AFB, NV 89191, USA
Zip Code: 89191
Country: USA
 
Record
SN06952523-F 20240203/240201230042 (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.