Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 11, 2024 SAM #8324
SOLICITATION NOTICE

Z -- Elevator Maintenance

Notice Date
9/9/2024 1:24:03 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
FA4608 2 CONS LGC BARKSDALE AFB LA 71110-2438 USA
 
ZIP Code
71110-2438
 
Solicitation Number
FA460824R0009
 
Response Due
9/11/2024 10:00:00 AM
 
Archive Date
09/26/2024
 
Point of Contact
Quaya Ervin, Phone: 3184562201, Sheronda Stewart, Phone: 3184563450, Fax: 3184562629
 
E-Mail Address
ruquayyah.ervin@us.af.mil, sheronda.stewart@barksdale.af.mil
(ruquayyah.ervin@us.af.mil, sheronda.stewart@barksdale.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
****Amendment 01 Solicitation FA460824R0010 has been issued to provide the Government's answers to the questions submitted in accordance with the timeline identified in the solicitaiton.� Amendment 01 can be located in the attachments. **** A site visit will be held at 9:00 AM CST on Tuesday, 3 September 2024. Interested parties must RSVP via email to Quaya Ervin @ ruquayyah.ervin@us.af.mil no later than COB Thursday, 28 August 2024. (If no RSVP is received by this deadline, the site visit will be canceled). We will meet at the West Gate, Visitor Center, Barksdale AFB for visitor passes. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. The solicitation number is FA460824R0009 and is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2024-05) as of 22 May 2024. This is a total set aside for small business and the associated North American Industry Classification (NAICS) number is 238290. The small business size standard is $22.0M. DESCRIPTION/PURPOSE: The purpose of this requirement is for the purchase of Elevator Maintenance: 0001 �IAW Attachment 1 � Performance Work Statement 0001 � IAW Attachment 2 � Wage Determination PERIOD OF PERFORMANCE: 1 October 2024 � 30 September 2025 PLEASE PROVIDE INFORMATION BELOW: COMPANY: _______________________________________________ DATE: ________________________ SAM UEI: ____________________________________________ CAGE NUMBER: _______________________ POC: __________________________________________ TELEPHONE #: ____________________________ E-MAIL ADDRESS: ____________________________________ TAX ID #: __________________________ Do you have capacity to invoice electronically through WAWF? (Yes / No) 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. IMPORTANT: The provisions FAR 52.212-1 and 52.212-2 apply to this acquisition. For additional proposal instructions and evaluation information, please see full text below. Combined Synopsis/Solicitation for Commercial Services (IAW FAR 12.603) � FA460824R0009 Quotes shall be submitted in electronic format and emailed to Quaya Ervin at ruquayyah.ervin@us.af.mil no later than the solicitation due date and time. Email is the required method; however, it is the contractor�s responsibility to follow up with the listed POC to ensure their quote was received on time. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. BEST VALUE DETERMINATION: The technically acceptable, lowest priced quote will be determined to represent the best value. Technical acceptability will be determined by an evaluation of the Technical Plan outlined in provision 52.212-1 below. If the lowest priced submission is found not technically acceptable, the government will evaluate the next lowest priced submission. The evaluation will stop at the point when the government identifies the lowest priced, technically acceptable offer, which will represent the best value. Contingent upon a determination of contractor responsibility, award will be made to that offeror without further evaluation of other offers. IMPORTANT DATES AND TIMES: Questions will be due no later than 12:00 PM CST on Thursday, 5 September 2024. Answers will be posted no later than 4:00 PM CST on Monday, 9 September 2024. Quotes are due no later than 12:00 PM CST on Wednesday, 11 September 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b3bc948b48724d549feb88fc871da7e6/view)
 
Place of Performance
Address: Barksdale AFB, LA, USA
Country: USA
 
Record
SN07203539-F 20240911/240909230115 (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.