SOLICITATION NOTICE
49 -- Laser Engraver
- Notice Date
- 9/13/2024 12:32:40 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- Contracting Office
- FA3016 502 CONS CL JBSA LACKLAND TX 78236-5286 USA
- ZIP Code
- 78236-5286
- Solicitation Number
- FA301624Q5241
- Response Due
- 9/18/2024 12:00:00 PM
- Archive Date
- 10/03/2024
- Point of Contact
- Benjamin Windham, Brian Cooper, Phone: 2106525460
- E-Mail Address
-
benjamin.windham.1@us.af.mil, brian.cooper.18@us.af.mil
(benjamin.windham.1@us.af.mil, brian.cooper.18@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- REQUEST FOR QUOTATION (RFQ) Laser Engraver for the 12th Flying Training Wing (FTW) 1. This is a combined synopsis/solicitation for commercial products or commercial services 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. This solicitation is being issued as a Request for Quote (RFQ) FA301624Q5241. 2. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-06 effective 29 August 2024 and DFARS Change Number DFARS Change 08/15/2024 effective 15 August 2024. 3. This acquisition is a 100% Small Business set-aside in accordance with FAR 19.501. Eligibility questions to their respective Business Development Specialist at their respective servicing SBA District Office.� The associated NAICS is 423830; the size standard is 100 Employees. 4. See the attached Schedule of Supplies (Attachment #2) for applicable contract line items (CLINs), quantities and units of measures. 5. See the attached Statement of Work (SOW) (Attachment #1) for the description of requirements. 6. Delivery: Hangar 40, 10756 J Street West, Randolph AFB, TX 78150.� FOB Destination delivery is required. 7. The FAR provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to 52.212-1 is as follows: To assure timely and equitable evaluation of quotations, quoters must follow the instructions contained herein. Quoters are required to meet all solicitation requirements, including all terms and conditions of the RFQ, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Failure to meet a requirement may result in a quotation being ineligible for award. Quoters must clearly identify any exceptions to the solicitation terms and conditions and provide complete accompanying rationale. The Government intends to make award based on the initial quote submissions without conducting discussions. Therefore, each quote should contain the quoter�s best terms from a price and technical standpoint. However, the Government reserves the right to hold discussions, if, determined by the Contracting Officer to be necessary IAW FAR 52.212- 1(g). Discussions are fluid interaction(s) between the Contracting Officer (CO) and the quoters that may address any aspect of the quote and may or may not be documented in real time. Quoter responses to the discussions will be considered in making the award selection decision. Discussions may be conducted with one, some, or all quoters as the Government is not required to conduct interchanges with any and/or all quoters responding to this solicitation. Quoters shall submit the following items: Price: Quoters are required to complete and return the attached Schedule of Supplies (Atch 2) or to provide a quote on company letterhead which must provide the following information as listed in the Schedule of Supplies (Atch 2) and IAW the SOW (Atch 1). The Government intends to award based on initial responses, therefore, you are encouraged to offer your most advantageous pricing to include discounts, in the initial response. Technical Specifications: Quotations must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The quotation shall demonstrate the contractor�s ability to provide and install the laser engraver in accordance with the SOW (Atch 1) and Schedule of Supplies (Atch 2). The quotation submittal shall be clear, concise and include sufficient detail for effective evaluation and for substantiation of the validity of stated claims. Amendments (if applicable) � offerors shall acknowledge all amendments in writing with the quotation submittal. Completed Representation and Certifications (e.g. 52.212-3/52.204-24) Addendum to 52.212-1(d), Product Samples, is deleted in its entirety. Addendum to 52.212-1(e), Multiple Offers, is deleted in its entirety. Addendum to 52.212-1(h), Multiple Awards, is deleted in its entirety. 8. The FAR provision 52.212-2, Evaluation - Commercial Items, applies to this acquisition. Addenda to 52.212-2 is as follows: Addendum FAR 52.212-2, paragraph (a) is hereby tailored as follows: If three (3) or fewer quotes are received, the Government will evaluate all quotes for technical acceptability. If more than three (3) quotes are received, the Government will then evaluate the three (3) lowest priced quotes for Technical Acceptability. However, the Government reserves the right to evaluate additional quotes for technical acceptability. If additional quotes are evaluated for technical acceptability, they will be evaluated in the order of increasing total price, when the agency determines that none of the initial three (3) lowest priced quotes are qualified as acceptable. The agency will reject and not consider for award any quote found technically unacceptable and ineligible for award under the terms of this RFQ. Best Value will be based on a Lowest Price Technically Acceptable (LPTA) approach IAW FAR 15.101-2. For this RFQ, best value means a single purchase order shall be made to the responsible contractor whose products are technically acceptable and quotes the lowest total evaluated price. The following two (2) factors shall be used to evaluate quote(s): Technical and Price. Technical Factor: IAW the Statement of Work (Atch 1), the Offeror shall enter the brand name and model of the Engraver that meets the requirement onto the Schedule of Supplies (Atch 2) AND on a detailed parts list with a company letterhead. The Quoter shall provide a written plan for delivery, installation, and training IAW The Statement of Work (Atch 1). Rating and Description Acceptable:� Quoter proposed a laser engraver and parts; and a plan for delivery, installation, and training that meets the� � � requirement IAW the Statement of Work (Atch 1). The proposal is identified in the Schedule of Supplies (Atch 2); and on a detailed parts list and written plan with a company letterhead. Unacceptable: Quoter did not propose a laser engraver and parts; and a plan for delivery, installation, and training that meets the requirement IAW the Statement of Work (Atch 1). The proposal is not identified in the Schedule of Supplies (Atch 2); and on a detailed parts list and written plan with a company letterhead. Price Evaluation. The following process will be followed among �Acceptable� quotes from the criteria in 6(i): Total evaluated price will be determined by multiplying the quantities identified in the Schedule of Supplies (See Atch 2) by the proposed unit price for each Contract Line-Item Number (CLIN). The extended amounts for each CLIN will then be totaled for an overall Total Evaluated Price.�� If three (3) or fewer quotes are received, the Government will evaluate all quotes for technical acceptability. If more than three (3) quotes are received, the Government will evaluate the three (3) lowest priced quotes for technical acceptability. However, the Government reserves the right to evaluate additional quotes for technical acceptability if deemed to be in the Government�s best interest. If additional quotes are evaluated for technical acceptability, they will be evaluated in the order of total evaluated price. 9. Quoter is required to include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items. 10. The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services, applies to this acquisition. 11. The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services, all FAR clauses cited in the clause are applicable to the acquisition. 12. Defense Priorities and Allocations System (DPAS) and assigned rating: N/A 13. The complete quotation package is due 18 September 2024 at 2:00 P.M (CT). If you have any questions, please contact Benjamin Windham at benjamin.windham.1@us.af.mil or Brian Cooper at brian.cooper.18@us.af.mil. All questions and/or requests for information must be submitted no later than 17 September 2024 at 9:00 AM (CT). 14. Notice to Vendor(s): The Government reserves the right to cancel this combo/solicitation, either before or after the closing date of receipt of quotations. In the event the Government cancels this solicitation, the Government has no obligation to reimburse the vendor for any costs.� Attachments Atch 1 � Statement of Work Atch 2 � Schedule of Supplies Atch 3 � Provisions and Clauses
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d67ee09bc48b4912a01cda5ee65da154/view)
- Place of Performance
- Address: JBSA Randolph, TX 78150, USA
- Zip Code: 78150
- Country: USA
- Zip Code: 78150
- Record
- SN07210997-F 20240915/240913230121 (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 |