SOLICITATION NOTICE
J -- Paint Booth Removal
- Notice Date
- 3/4/2024 5:10:14 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- W7NU USPFO ACTIVITY OHANG 179 MANSFIELD OH 44903-8049 USA
- ZIP Code
- 44903-8049
- Solicitation Number
- W50S8R24R5005
- Response Due
- 3/21/2024 10:00:00 AM
- Archive Date
- 04/05/2024
- Point of Contact
- CASITY SCHAG, Jeffrey Snyder, Phone: 4195206542
- E-Mail Address
-
casity.schag@us.af.mil, jeffrey.snyder.20@us.af.mil
(casity.schag@us.af.mil, jeffrey.snyder.20@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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; proposals are being requested and a written solicitation will not be issued. This solicitation W50S8R-24-R-5005 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03. This solicitation is set-aside 100 percent for Small Business. The NAICS code that applies is 811310 and business size is $12.5 million. This action will result in a FFP purchase order, utilizing simplified acquisition procedures under Full and Open competition after Exclusion of Sources. Funds are not presently available for this requirement. Currently, the Government anticipates funds will become available prior to, but no later than, 30 April 2023. This action has been identified on the National Guard high priority list for award, if funds become available and the prices received are within an awardable range. The 179th Airlift Wing has a need to remove the current paint booth from the facility. CLIN 0001 � Remove Paint Booth and Recycle Scrap in accordance with attached Performance Work Statement (PWS) Site Visit: A site visit has been scheduled for 12 March 2024 at 1:00 PM EST.� Due to security conditions, all offerors SHALL register to attend this conference and site visit. Email the following information for all attendees to Casity Schag at casity.schag@us.af.mil and Jeffrey Snyder at jeffrey.snyder.20@us.af.mil ����������� Visitor�s Name, Driver�s License Number, Company Name and Company Telephone Number This information shall be provided in advance, at least 1 business day prior to the site visit, in order to ensure access to the military base. Visitors shall arrive no sooner than 30 minutes/no later than 15 minutes prior to start of site visit. Note that failure to arrive at front gate prior to 12:45 P.M. may be grounds for exclusion from site visit, as there will a one-time escort for all attendees (i.e. escort will not return to front gate for those who arrive late). Location - 1947 Harrington Memorial Drive, Mansfield, Ohio 44903 utilizing FOB Destination. Evaluations factors will be Best Value determination by evaluation of Responsiveness, Technical, and Price as set out in Attachment 1: Provisions and Clauses under Addendum to 52.212-2. ***Offerors shall include with their proposal a filled out 52.204-24 representation.*** ADDENDUM TO 52.212-2 1 BASIS FOR CONTRACT AWARD: This solicitation is for a Firm Fixed Price Contract. The Government intends to award a single contract to a qualified Small Business Offeror deemed responsible in accordance with the Federal Acquisition Regulation (FAR), whose quote conforms to all solicitation requirements and is judged to represent the Best Value to the Government in accordance with the evaluation scheme set out in this solicitation. The award will be made based on the lowest price, technically acceptable offer IAW FAR 15.101-2. Best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price, with appropriate consideration given to the two (2) evaluation factors: Technical and Price. 2 EVALUATION FACTORS FOR AWARD: The evaluation factors are (1) Responsiveness, (2) Technical and (3) Price. To arrive at a Best Value decision, the Contracting Officer will integrate the evaluation of Responsiveness, Technical and Price as set out in the solicitation. The overarching evaluation approach for all factors and subfactors is to determine the acceptability of the response. The quote will be evaluated to determine whether each requirement has been addressed in the quote in order to meet the acceptability standards described in the solicitation. (a) Responsive Offerors. Initially, the government shall evaluate the quote on a pass/fail basis. The quotes shall be evaluated on whether offerors have submitted a complete package to include: Technical Documentation: Provide a detailed staffing plan detailing how you will meet the requirements set forth in Attachment 2 PWS Paint Booth. Contractors shall also provide their proposed work timeline, detailing steps/actions required to meet requirements set forth in Attachment 2 PWS Paint Booth. Provided documents shall provide enough information to be properly evaluated to determine if proposed approach meets the requirements of Attachment 2 PWS and shall not simply restate PWS requirements. Total Quoted Price RESPONSIVE OFFEROR RATING Rating Description PASS Offeror has returned a complete proposal package. FAIL Offeror has NOT returned a complete proposal package. (b) Technical Evaluation. Technical Capability will be evaluated on an Acceptable/Unacceptable basis. An offeror shall obtain an �Acceptable� rating to continue further in the competition. Offerors who are deemed to merit an �Unacceptable� rating in the Technical Capability Factor will be removed from further consideration for award. Once the minimum requirements are established, the team shall evaluate the offeror's quote against these requirements to determine whether the quote is acceptable or unacceptable, using the ratings and descriptions outlined herein. Quotes are evaluated for acceptability, but not ranked using the non-price factors/subfactors. In order to be considered awardable, there must be an ""acceptable"" rating in every non-price factor/subfactor. (End of provision) *All questions are due no later than 1:00 P.M. EST on 14 March 2024*. All answers to questions (including any additional documentation provided) are distributed on a non-attribution basis. For more information regarding this solicitation please contact TSgt Casity Schag via email at casity.schag@us.af.mil or TSgt Jeffrey Snyder via email at jeffrey.snyder.20@us.af.mil All offers must include a detailed description sufficient to confirm compliance with above technical criteria and Performance Work Statement. Offers are due by 1:00 P.M. EST 21 March 2024: email casity.schag@us.af.mil and jeffrey.snyder.20@us.af.mil List of Attachments: Attachment 1: Provisions and Clauses that apply to this solicitation. Attachment 2: 179AW Performance Work Statement (PWS) Attachment 3: Richland County Wage Determination
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/89faed2705954ab6b0660182a06f7bd2/view)
- Place of Performance
- Address: Mansfield, OH 44903, USA
- Zip Code: 44903
- Country: USA
- Zip Code: 44903
- Record
- SN06984454-F 20240306/240304230043 (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 |