SOLICITATION NOTICE
81 -- BRAND NAME: Phantom High Altitude Jump Oxygen System
- Notice Date
- 8/16/2024 1:05:28 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332420
— Metal Tank (Heavy Gauge) Manufacturing
- Contracting Office
- FA4877 355 CONS PK DAVIS MONTHAN AFB AZ 85707-3522 USA
- ZIP Code
- 85707-3522
- Solicitation Number
- FA487724QA544
- Response Due
- 8/26/2024 11:00:00 AM
- Archive Date
- 09/10/2024
- Point of Contact
- Rachelle L Jenkins, Phone: 5202283598, Patricia Murray, Phone: 5202283095
- E-Mail Address
-
rachelle.jenkins.3@us.af.mil, patricia.murray.6@us.af.mil
(rachelle.jenkins.3@us.af.mil, patricia.murray.6@us.af.mil)
- Description
- COMBO SYNOPSIS - SOLICITATION PHANTOM High Altitude Jump Oxygen System **This is a time sensitive acquisition and therefore all due dates/times have been considered �and� are firm to ensure timely award prior to the end of the fiscal year.** �Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award � will be made under this solicitation until funds are available. The Government reserves the �right� to cancel this solicitation, either before or after the closing date. In the event the �Government� cancels this solicitation, the Government has no obligation to reimburse an �offeror for any� costs.� (i)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; proposals are being requested and a written� solicitation will not be issued. (ii)Solicitation FA4877-24-Q-A544 is issued as a Request for Quotation (RFQ). (iii)The solicitation document and incorporated provisions and clauses are those in effect through� Federal Acquisition Circular 2024-05 effective 05/22/2024. The DFARS provisions and clauses are� those in effect to DFARS Change 07/29/2024 effective 07/29/2024. The DAFFARS provisions and clauses� are those in effect to DAFAC 06/12/2024 effective 06/12/2024. (iv)The associated North American Industrial Classification System (NAICS) code for this� procurement is 332420 with a small business size standard of 750EMP. This BRAND NAME requirement is� issued as Full and Open Competition. (v)The government intends to award a firm-fixed price contract for the following brand new items: PHANTOM High Altitude Jump Oxygen System� Qty: 25 each NSN: 8120-01-675-7824 Part Number: B47310-1 (vi)NO refurbished or alternate parts are authorized. Certificate of Conformance is required.� Requested product shall be delivered to F.O.B. destination Davis-Monthan AFB. (vii)FAR 52.212-1 Instructions to Offerors -- Commercial Items (Sep 2023) is hereby incorporated by� reference, with the same force and effect as if it were given in full text. The following have been� tailored to this procurement and are hereby added via addenda: 1. To assure timely and equitable evaluation of the proposal, the offeror must follow the� instructions contained herein. The pricing proposal must be complete, self-sufficient, and respond� directly to the requirements of this solicitation. Technical Acceptability, at a minimum, is defined and referred to within this solicitation document� as the offeror�s capability statement to provide the exact requested National Stock Number product,� defined salient characteristics, and quantity. No alternatives will be accepted or approved. The� Government intends to evaluate offers and award without discussion, but reserves the right to� conduct discussions. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and� technical standpoint. However, the Government reserves the right to conduct discussions if later� determined by the Contracting Officer to be necessary. Offers that fail to furnish required� representations or information, or reject the terms and conditions of the solicitation may be� excluded from consideration. 3. System for Award Management Registration. (a) Definitions. As used in this provision� �Unique entity identifier. (Applies to all offers that exceed the micro-purchase threshold, and� offers at or below the micro-purchase threshold if the solicitation requires the Contractor to be� registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with� its name and address on the cover page of its offer, the annotation ""Unique Entity Identifier""� followed by the unique entity identifier that identifies the Offeror's name and address. The� Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character� suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to� establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11)� for the same entity. If the Offeror does not have a unique entity identifier, it should contact the� entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the� entity designated at www.sam.gov for establishing the unique entity identifier.� �Registered in the System for Award Management (SAM) database� means that� (1) The Contractor has entered all mandatory information, including the unique entity identifier� and the Electronic Funds Transfer indicator (if applicable), the Commercial and Government Entity� (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of� 2006 (see subpart 4.14), into SAM; (2) The Contractor has completed the Core, Assertions, Representations and Certifications, and� Points of Contact sections of the registration in SAM; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer� Identification Number (TIN) with the Internal Revenue Service (IRS). The contractor will be� required to provide consent for TIN validation to the Government as a part of the SAM registration� process; and (4) The Government has marked the record Active. (5) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee� shall be registered in the SAM database prior to award, during performance, and through final� payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement� resulting from this solicitation. (b)The offeror should be prepared to provide the following information: (i) Company legal business name. (ii) Trade style, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the SAM database in the time prescribed by the� Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful� registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when� registering. Offerors who are not registered should consider applying for registration immediately� upon receipt of this solicitation. (f) Offerors may obtain information on registration at https://www.acquisition.gov. (viii)FAR 52.212-2 Evaluation -- Commercial Items (Nov 2021) is hereby incorporated by reference,� with the same force and effect as if it were given in full text. The following have been tailored� to this procurement and are hereby added via addenda: (a) 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. The following factors shall be used to evaluate offers: (i) Price; (ii) Technical capability of providing requested NSN item This will be a lowest price technically acceptable purchase. The lowest priced offer will be evaluated for technical acceptability. If found technically� acceptable award will be made without further consideration. If found technically unacceptable the� Government will evaluate the next lowest offer for technical acceptability until award can be made� to the lowest priced technically acceptable offeror. Past Performance will not be evaluated.� Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and� technical standpoint. However, the Government reserves the right to conduct discussions if later� determined by the Contracting Officer to be necessary. Offers that fail to furnish required� representations or information, or reject the terms and conditions of the solicitation may be� excluded from consideration. (ix)Each offeror shall include a completed copy of the provision at FAR 52.212-3 Alternate I,� Offeror Representations and Certifications--Commercial Items (May 2024); or confirmation of� registration in www.sam.gov with access to complete Reps & Certs. (x)The clause at FAR 52.212-4, Contract Terms and Conditions � Commercial Items (Nov 2023), is� hereby incorporated by reference, with the same force and effect as if it were given in full text. (xi)The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or� Executive Orders � Commercial Items (May 2024), is hereby incorporated by reference, with the same� force and effect as if it were given in full text. (xii)52.252-1 -- Solicitation Provisions Incorporated by Reference. Solicitation Provisions� Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include� blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of� submitting the full text of those provisions, the offeror may identify the provision by paragraph� identifier and provide the appropriate information with its quotation or offer. Also, the full text� of a solicitation provision may be accessed electronically at this/these address(es): www.acquisition.gov Additionally, the following clauses and provisions apply to this acquisition: **Please see attached COMBO Synopsis/Solicitation for table of applicable clauses** (xvi) NOTICE TO ALL INTERESTED PARTIES: Quotes are due no later than NOON Mountain Standard Time on� Monday, 26 Aug 2024; submissions shall be to the 355th Contracting Squadron/PK-AMARG, Attn:� Patricia Murray and Rachelle Jenkins via e- mail at: patricia.murray.6@us.af.mil and� rachelle.jenkins.3@us.af.mil quotes shall include the following: a. Part 1- Technical Acceptability - Submit one (1) copy of technical capability narrative, limit� to 10 pages. b. Part 2- Price � Submit one (1) copy of price schedule with confirmation that Certificate of� Conformance will be provided for each item, limited to 10 pages. c. Part 3- Representations And Certifications (Reps/Certs) � Submit IAW para (x) above BASIS OF CONTRACT AWARD: This is a BRAND NAME competitive action in which award shall be made to� the lowest priced, technically acceptable offer. Quotes shall be good through 30 Sept 2024 and submitted via email to BOTH - Patricia Murray patricia.murray.6@us.af.mil and�Rachelle Jenkins rachelle.jenkins.3@us.af.mil. For information regarding this solicitation, contact�Rachelle Jenkins at (520) 228-3598 or Patricia Murray at (520)228-3095. CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTS Attch #: � �Item Description:� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Page(s): 1� � � � � � � �Pricing Schedule� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �1 2� � � � � � � �Brand Name Justification and Approval - Redacted � � � � � � 3 3� � � � � � � �Salient Characteristics� � � � � � � � � � � � � � � � � � � � � � � � � � � � � 1
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0ba519394ffb439f89a3795c8c099000/view)
- Place of Performance
- Address: Tucson, AZ 85707, USA
- Zip Code: 85707
- Country: USA
- Zip Code: 85707
- Record
- SN07174477-F 20240818/240816230117 (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 |