Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 02, 2024 SAM #8192
SOLICITATION NOTICE

56 -- PKB UFR #7 Auditorium Soundproofing Refresh

Notice Date
4/30/2024 12:28:35 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238310 — Drywall and Insulation Contractors
 
Contracting Office
FA4613 90 CONS PK FE WARREN AFB WY 82005-2860 USA
 
ZIP Code
82005-2860
 
Solicitation Number
FA461324Q0016
 
Response Due
5/13/2024 12:00:00 PM
 
Archive Date
05/28/2024
 
Point of Contact
Mimi Robertson Lake, Phone: 3077735671, Kyra Blystone, Phone: 3077733331
 
E-Mail Address
mimi.robertson_lake@us.af.mil, kyra.blystone@us.af.mil
(mimi.robertson_lake@us.af.mil, kyra.blystone@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation Solicitation Number: FA461324Q0016 Purchase Description: PKB UFR #7 Auditorium Soundproofing Proofing Refresh This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the SAM.gov website as a 100% Total Small Business Set Aside. The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461324Q0016, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 238310 Drywall and Insulation Contractors, with a small business standard of $19.0M. The Government intends to award one (1) Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAR) 2024-03 effective 23 February 2024, Defense Federal Acquisition Regulation Supplement (DFARS) effective 26 March 2024 and Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS) effective 07 July 2023. DESCRIPTION OF ITEMS/SERVICE: All CLIN's F.O.B. Destination. The 90th Operations Group (OG) is seeking to replace and install approximately 2196 square feet of existing soundproof panels in Building 1292- Pre-departure Room 156. The contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, transportation, warranty, and other items and services necessary to perform the soundproofing installation as defined in the Performance Work Statement (PWS) at the 90th Operations Group, F.E. Warren Air Force Base, Wyoming. The contractor shall perform to the standards in the contract as well as comply will all federal, state, and local regulations. The contractor shall coordinate with 90th Civil Engineer Squadron and Bioenvironmental Engineering for waste removal during removal and installation of soundproof panels. The contractor shall provide all items IAW CLIN Characteristics specified in Attachment 3- SG04- Silver Gray EzoBoard Characteristics and Attachment 4- BG07-Bold Gray EzoBoard Characteristics. Identify the make and model within the quote. CLIN STRUCTURE: Shipping cost must be included in the line-item cost. CLIN 0001: SQUARED SHEET 48"" x 108"" 12MM, SILVER GREY; P/N: SG04 Quantity: 55 �� Unit of Issue: Each Unit Price: $_____________ CLIN 0002: SQUARED SHEET 48"" x 108"" 12MM, BOLD GRAY; P/N: BG07 Quantity: 6����� Unit of Issue: Each Unit Price: $_____________ CLIN 0003: LABOR TO TEARDOWN AND DISPOSE OF EXISTING WALL COVERINGS AND INSTALL NEW EZOBOARD WALL COVERINGS Quantity: 1����� Unit of Issue: Each Unit Price: $_____________ LIST OF ATTACHMENTS: Attachment 1- Performance Work Statement Attachment 2- Contractor Response Form Attachment 3-�SG04- Silver Gray EzoBoard Characteristics Attachment 4- BG07-Bold Gray EzoBoard Characteristics Attachment 5- Supplemental Clauses- FA461324Q0016 Attachment 6- Applicable Provisions and Clauses PLACE OF DELIVERY: 1292 N Frontier Rd, Francis E. Warren AFB, WY 82005 PERIOD OF PERFORMANCE/ DELIVERY DATES: Must be completed within 10 days after effective date of the contract. SITE VISIT: It is the contractor�s responsibility to confirm all equipment, measurements, etc. Attendance to the site visit is highly recommended. Due to security reasons, any electronics will not be taken into the vault. If note taking is desired, bring writing materials such as pens/pencils and paper. A site visit of the facility will be conducted Monday, 06 May 2024, at 8:30 AM Mountain Daylight Time (MDT). If your company plans to attend, please notify this office no later than 2:00 PM MDT, Thursday, 02 May 2024. Please email kyra.blystone@us.af.mil AND mimi.robertson_lake@us.af.mil. In the event that you require base access passes, please state the need in your site visit confirmation email. A valid driver�s license, state issued identification card or passport, and automobile insurance will be needed. FAILURE TO PROVIDE CONFIRMATION OF ATTENDANCE OR PROPER DOCUMENTATION WILL RESULT IN BASE ACCESS DENIAL. QUESTIONS: Questions shall be received no later than Tuesday 07 May 24 at 4:00 PM MDT (Mountain Daylight Time). Forward responses by e-mail to mimi.robertson_lake@us.af.mil and kyra.blystone@us.af.mil. QUOTES: Responses/quotes MUST be received no later than Monday 13 May 24 1:00 PM MDT (Mountain Daylight Time) in order to be considered timely. Quotes shall be effective for 60 days after Solicitation. Forward responses by e-mail to mimi.robertson_lake@us.af.mil and kyra.blystone@us.af.mil. Any quote, modification, or revision of a quote received after the exact time specified in this solicitation shall be determined as late and will not be considered. If a late quote is received before award is made, only the Contracting Officer could make the determination that accepting the late quote would not unduly delay the acquisition, and it was the only quote received. **The contractor must submit a specification sheet and picture with their quote.** **Only the three lowest quotes deemed technically acceptable will be considered for evaluation for award.** OTHER INFORMATION: Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at time of submission of quote. Failure to do so will result in the offer being deemed ineligible for award. This is a notice that this order is an open market requirement for brand name or equal total small business set-aside to SAM.gov. Only quotes submitted by businesses holding NAICS Code 238310 will be accepted by the Government. Brand Name or Equal. This requirement is for items that are brand name or equal. All other items that are not compliant will not be accepted. Details of the requesting products to fulfill requirement must be met in Attachment 3- SG04- Silver Gray EzoBoard Characteristics and Attachment 4- BG07-Bold Gray EzoBoard Characteristics. Notice to Offeror. The government reserves the right to cancel this Request for quotes (RFQ), either before or after suspense date. In the event the Government cancels this RFQ, the Government has no obligation to reimburse an offeror for any costs. The contractor shall not request, nor will the Government make, payment for any preliminary measurement, quotes, bids, site visit, time or proposal cost incurred. Interchanges. The government intends to award a purchase order without interchanges with respective vendors/quoters. The government, however, reserves the right to conduct interchanges if deemed in its best interest. Under appropriate circumstances, interchanges can be an effective method to improve the Government's evaluation of Offerors' quoted approaches and may reduce acquisition cycle time. Interchanges may be written, email, phone call, etc., or any method which would accurately capture the contemporaneous sharing of information between the Government and the Offerors. Interchanges may also be oral conversations between the Government and the Offerors. Delivery/Assembly. All items will be delivered IAW the Attachment 3- SG04- Silver Gray EzoBoard Characteristics and Attachment 4- BG07-Bold Gray EzoBoard Characteristics. All items will be assembled and installed IAW the Attachment 1- Performance Work Statement INSTRUCTIONS TO OFFERORS: Offerors shall comply with FAR 52.212-1 Instructions to Offerors � Commercial Products and Commercial Services (Sep 2023) FAR 52.212-1 is hereby tailored as follows: 1. Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1. 2. After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate. 3. The term �offeror� or �offer� as used in FAR 52.212-1 shall be understood to mean �quoter� and �quote,� respectively. Further, the term �award� shall be understood to describe the Government�s issuance of an order. 4. The Government will consider all quotes that are timely received and will not consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable. 5. Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows: 5.1 In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission: 5.1.1 Cover page or a completed copy of Attachment 2 � Contractor Response Form to include the offeror�s: 5.1.1.1 Company Name and Company Doing Business As (if applicable) 5.1.1.2 Physical Address 5.1.1.3 Cage code and/or Unique Entity ID 5.1.1.4 Point of Contact 5.1.1.5 Phone number 5.1.1.6 Email address 5.1.1.7 Business Type 5.1.1.8 Delivery time 5.1.1.9 Statement of Understanding of Attachment 3- SG04- Silver Gray EzoBoard Characteristics and Attachment 4- BG07-Bold Gray EzoBoard Characteristics 5.1.2 Firm Fixed Pricing to include: 5.1.2.1 Price Per Unit 5.1.2.2 Price Per CLIN 5.1.2.3 Total Price 5.1.2.4 Discount Terms (if applicable) 5.1.2.5 Quote Number (if applicable) 5.1.3 Technical Capability 5.1.3.1 Quote must identify the make and model for CLIN 0001 and CLIN 0002. 5.1.3.2 Quote must include product description that reflects the characteristics identified to show that the quality will satisfy the Government�s need. 5.1.3.3 Quote must include the standard commercial warranty for CLIN 0001 and CLIN 0002. EVALUATION: ADDENDUM TO FAR 52-212-2 EVALUATION�COMMERCIAL ITEMS (Nov 2021) Paragraph (a) is hereby replaced with the following: 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. Quotes that do not include all requested information in FAR 52.212-1 in 5.1.1 will be considered nonresponsive. Award will be made to the offeror with the lowest price technically acceptable (LPTA). The following factor(s) shall be used to evaluate offers: Technical Capability: items meet the Government requirement/specifications in the description. If all requested information is not provided or does not meet the requirements identified, the Government will determine the quote to be nonresponsive. Price: 2.1 The lowest priced quote will be evaluated for technical acceptability first. The Government will evaluate quotes for acceptability but will not rank the quotes by non-price factors. If the Government receives fewer than three (3) quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives more than three (3) quotes, the Government will only select the three (3) lowest priced quotes to evaluate for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government�s best interest to do so. 2.2 Price will be evaluated using the total evaluated price (TEP) on the bottom-line price for the entire effort. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. Some of those techniques are, but not limited to, comparison of quoted prices received in response to the solicitation and/or comparison of quoted prices with the Independent Government Estimate. Prices must be determined fair and reasonable. 2.3 No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. (End of Provision)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ed69a8ae89554ef286b897309573865e/view)
 
Place of Performance
Address: FE Warren AFB, WY 82005, USA
Zip Code: 82005
Country: USA
 
Record
SN07047192-F 20240502/240430230059 (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.