Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2024 SAM #8326
SOLICITATION NOTICE

39 -- Highline Docks

Notice Date
9/11/2024 10:42:27 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333922 — Conveyor and Conveying Equipment Manufacturing
 
Contracting Office
FA8056 771 ESS EGA CECC WRIGHT PATTERSON AFB OH 45433-5344 USA
 
ZIP Code
45433-5344
 
Solicitation Number
771ESSHD-0001
 
Response Due
9/20/2024 9:00:00 AM
 
Archive Date
10/05/2024
 
Point of Contact
SrA Gage Garfin, Phone: 9372576984
 
E-Mail Address
gage.garfin@us.af.mil
(gage.garfin@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Title: Highline Docks RFQ Number: Small Business set aside (Brand Name OR Equal) 12.603, Streamlined Solicitation for Commercial Products or Commercial Services Combined Synopsis/Solicitation Request for Quote Number: This is a combined synopsis/solicitation for commercial products or commercial services 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; quotations are being requested and a written solicitation will not be issued. This solicitation is being issued under the authority of FAR Part 13 Simplified Acquisition Procedures. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05 published and effective 04/22/24. The NAICS Code for this opportunity is 333415 - Air- Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing. 52.232-18 Availability of Funds. 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� No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability to be confirmed in writing by the Contracting Officer 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to gage.garfin@us.af.mil, no later than three (3) working days prior to the submission deadline. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of Provision) System for Award Management (SAM) Registration In accordance with FAR 52.204-7, offerors must be registered in the System for Award Management (www.sam.gov) at the time of quotation submission and shall continue to be registered until time of award, during performance, and through final payment of any resultant contract. Refusal to register shall forfeit award. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (OCT 2022) (DEVIATION DEC 2022), with its offer. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. List of Applicable Clauses and Provisions: 52.202-1 Definitions. Jun-20 52.203-5 Covenant Against Contingent Fees. May-14 52.203-6 Restrictions on Subcontractor Sales to the Government. Jun-20 52.203-6_Alternate I Nov-21 52.203-7 Anti-Kickback Procedures. Jun-20 52.203-17 Contractor Employee Whistleblower Rights. Nov-23 52.204-19 Incorporation by Reference of Representations and Certifications. Dec-14 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities. Dec-23 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. Nov-21 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. Nov-21 52.204-26 Covered Telecommunications Equipment or Services- Representation. Oct 20 20 52.204-29 Federal Acquisition Supply Chain Security Act Orders Representation and Disclosures. Dec 20 23 52.211-5 Material Requirements. Aug-00 52.216-25 Contract Definitization. Oct-10 52.216-25_Alternate I Apr-84 52.222-19 Child Labor-Cooperation with Authorities and Remedies. Feb-24 52.222-50 Combating Trafficking in Persons. Nov-21 52.222-50_Alternate I Mar-15 52.225-18 Place of Manufacture. Aug-18 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certifications. Jun-20 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving. May-24 52.232-1 Payments. Apr-84 52.232-39 Unenforceability of Unauthorized Obligations. Jun-13 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. Mar-23 52.233-3 Protest after Award. Aug-96 52.233-3_Alternate I Jun-85 52.233-4 Applicable Law for Breach of Contract Claim. Oct-04 52.243-1 Changes-Fixed-Price. Aug-87 52.244-6 Subcontracts for Commercial Products and Commercial Services. Feb-24 Period of Performance: The Contractor shall have a maximum of ninety (90) calendar days from the date of award. SHIPPING/PLACE OF PERFORMANCE: FY9919 AFSFC DET 3 LOGDET CP 915 568 8876 2661 Haan Road FORT BLISS, TX 79916 MARK FOR: TSGT MATTHEW ROGERS AFSFC DET 3 DESERT DEFENDER FT BLISS 831 747 0614 AND FE4819 801st RED HORSE Training Squadron/CEOSC ATTN: SSgt Clayton Evans 264 STRANGE POINT LOOP, ST. 87 TYNDALL AFB, FLORIDA 32403-8504 DSN: 523-8870 or 8871 COMM: 850-283-8870 or 8871 REQUIRED SUBMISSIONS The submission must include all the below elements to be considered acceptable. BASIS FOR PURCHASE ORDER AWARD: This is a competitive best value source selection utilizing Lowest Price Technically Acceptable (LPTA) source selection procedures in accordance with FAR 15.101-2 for award of this award. The evaluation process shall proceed as follows: By submission of an offer, the Offeror accepts all solicitation requirements, including terms and conditions, representations and certification and technical requirements related to this contract. The Government intends to award a contract without discussions with respective Offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest Evaluation Criteria: Acceptable/Unacceptable Offerors must be acceptable in all elements of criteria one (1) to be found technically acceptable for award. Contractors shall submit the following: Evaluation Criteria: Acceptable/Unacceptable A. Evaluation Criteria: Acceptable/Unacceptable Offeror shall submit no more than ONE (1) single page demonstrating their understanding of the requirement which shall include all aspects of the supply as described in the Statement of Work. On a separate page, offeror will submit a price proposal for highline docks Price proposal will include a general description of the highline docks, lead-time from point of order to delivery. Price proposal will not include tax. All Docks shall meet the following metrics: CAN SUPPORT - 6 (WEL) or 5 (NEL) 463L pallets, platforms, and containers. CAPACITY � 80,000 LBS. total load ROLLER DECK � 9 FT WIDE X 50 FT LONG. Price: Contractors shall provide pricing for the following line items. All equipment must be new. Used or remanufactured equipment will not be considered for award: Contract Line- Item Number Quantity Unit Unit Price Total CLIN 0001- Highline Docks (Shipped to Ft Bliss) 3 EA CLIN 0002- Highline Docks (Shipped to Tyndall AFB) 3 EA If the Contractor objects to any of the terms and conditions contained in this solicitation, the contractor shall state �The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:� [Contractor shall list exception(s) and rationale for the exception(s)]. It is the sole responsibility of the contractor to identify in their quote any exceptions to the terms and conditions of the solicitation. If the contractor does not include such a statement, the submission of a quotation in response to this solicitation will be regarded as the Contractor�s acceptance of the Government�s terms and conditions for inclusion into the resultant purchase order. The provisions and clauses contained in this attachment are applicable to this procurement and will be incorporated into the resultant award, if applicable. Contractors shall provide an active DUNS # for the System for Award Management (SAM) registration. Please note that this procurement IS NOT being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If a contractor submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the contractor�s FSS or GWAC contract, and the statement required above shall be included in the quotation. DUE DATE FOR QUOTATIONS All quotations must be submitted via e-mail to Sra Gage Garfin, Contract Officer at, gage.garfin@us.af.mil. Submission must be received not later than 12:00 p.m. Eastern Time on Friday, September 20th. All questions regarding this notice must be submitted via e-mail to SrA Gage Garfin by 12:00 p.m. Eastern Time no Later than three business days prior to submission deadline. Questions submitted after this date may not be addressed by the Government prior to the quotation submission deadline. ATTACHMENTS: The following attachments apply to this solicitation: 1.� Price List
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/00dece5c302b43978b1fc2c7e6b460dc/view)
 
Place of Performance
Address: Fort Bliss, TX 79916, USA
Zip Code: 79916
Country: USA
 
Record
SN07207371-F 20240913/240911230122 (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.