SOLICITATION NOTICE
71 -- Free-Standing Aircrew Flight Equipment Lockers
- Notice Date
- 9/13/2024 6:18:10 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337215
— Showcase, Partition, Shelving, and Locker Manufacturing
- Contracting Office
- FA3016 502 CONS CL JBSA LACKLAND TX 78236-5286 USA
- ZIP Code
- 78236-5286
- Solicitation Number
- FA301624Q0191
- Response Due
- 9/20/2024 12:00:00 PM
- Archive Date
- 10/05/2024
- Point of Contact
- Vivian Fisher, Barbara A. Jewett
- E-Mail Address
-
vivian.fisher@us.af.mil, barbara.jewett.1@us.af.mil
(vivian.fisher@us.af.mil, barbara.jewett.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- (i) This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. This RFQ is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the government for reimbursement. The Government reserves the right to award some or all of the line items represented herein. 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 for costs associated with providing a quote. (ii) Solicitation number FA301624Q0191 is issued as a Request for Quotation (RFQ). (iii) This RFQ incorporates provisions and clauses in effect through Federal Acquisition Circular 2024-06. (iv) This acquisition is a 100% Small Business Set-Aside under NAICS Code 337215 with a size standard of 500 Employees. Any quote that is submitted by a contractor that is not a current small business will not be considered for award. (v) Line Item and (vi) Description: 0001�Aircrew Flight Equipment free-standing lockers. Quantity 165 Each.��Reference attached Attachment 1 Salient Characteristics for full details. (vii) Delivery is FOB Destination to the following address: 99th Flying Training Squadron 1450 5th Street East, Hangar 12 JBSA-Randolph, TX 78150 (viii) The provision at FAR 52.212-1, Instructions to Offerors- Commercial Products and Commercial Services, and addenda applies to this acquisition. (ix) The provision at FAR 52.212-2 - Evaluation- Commercial Products and Commercial Services is incorporated by reference and addenda applies to this acquisition. (x) Quoters shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its quote or otherwise concede to the up-to-date annual Representations and Certifications data available to the Government at SAM.gov. (xii) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition with an addendum in Attachment 2. (xiii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and additional FAR clauses marked in the clause as applicable to this acquisition are identified in Attachment 2. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating does not apply to this solicitation. (xv) Quotes are due to the Contracting Office no later than 20 Sep 2024 at 2:00 PM CT via email to vivian.fisher@us.af.mil with a copy to barbara.jewett.1@us.af.mil. Quotes are to remain valid for a period of not less than 30 days. Quotes received after the due date and time may be considered ""late"" and ineligible for award consideration. Questions, if any, must be submitted by email no later than 18 Sep 2024 at 2:00 PM CT. Mandatory Registrations. To be eligible for award, the Offeror must be actively registered in the System for Award Management (SAM). To register or update the account, go to https://www.sam.gov/portal/public/SAM/ and provide mandatory information. Please provide the following information: Payment Terms ___________________________________ Delivery Date _____________________________________ Company Name _______________________________________________ POC ________________________________________________________ Telephone Number ___________________________________ E-Mail Address _______________________________________ CAGE Code Number ___________________________________ UEI ___________________________________ Warranty Information ___________________________________ Special Notes and Instructions: The following clauses/provisions apply to this acquisition and are continued at Attachment 2. ADDENDA TO 52.212-1- Instructions to Offerors-Commercial Products and Commercial Services FAR 52.212-1 is hereby tailored as follows: (a) North American Industry Classification System (NAICS) code and small business size standard:� NAICS Code is 337215, Showcase, Partition, Shelving, and Locker Manufacturing, with a size standard of 500 Employees. (e) Multiple Offers. Not Applicable (h) Multiple Awards. Not Applicable ADDENDUM TO 52.212-2, Evaluation�Commercial Products and Commercial Services FAR 52.212-2 is hereby tailored as follows: Basis of Award: (a) The Government will award a single Firm-Fixed-Price purchase order to the technically acceptable Offeror with the lowest price who is deemed responsible in accordance with FAR 9.104 and whose quote conforms to all stated terms, conditions, representations, and certifications, required by this RFQ. Lowest Price Technically Acceptable (LPTA) will be the evaluation process. (b) It is the Government�s intent to evaluate quotes and award a purchase order without interchanges with Offerors. Therefore, the Offeror's initial quote should contain the Offeror's best terms from a price, and technical standpoint. However, the Government reserves the right to conduct interchanges if the Contracting Officer later determines them to be necessary. �� �1. Evaluation Process. Quotes will be ranked lowest to highest price, followed by an evaluation of the technical acceptability of the three lowest priced quotes. If the Government deems it necessary, a technical evaluation of additional quotes, in order of price, may be conducted. A price analysis may be conducted to determine if the lowest price technically acceptable offer is fair and reasonable. A single award will then be made to the Offeror who has been determined responsible and has submitted the lowest, technically acceptable, price.� ��� 1.1 Technical Evaluation. If the Government receives three (3) or fewer 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 and then evaluate them for Technical Acceptability. To confirm the capability, and therefore, acceptability, of the Offeror to meet the Government�s requirements, the Offeror�s quote must include a technical description of the lockers being provided in sufficient detail to enable the Government to evaluate and ensure compliance with the requirements of the solicitation and Attachment 1, Salient Characteristics. The Offeror shall assume that the Government has no prior knowledge of its capabilities, facilities, and experience, thus the technical evaluation will be solely based on the information provided with the Offeror�s quote. �� ��1.1.1. Ratings:� Upon evaluation of the technical description, the following rating will be assigned: Acceptable: The Offeror has provided sufficient information within their Locker description for the Government to evaluate and confirm their ability to meet the Salient Characteristics of the required Lockers. Unacceptable: The Offeror has not provided sufficient information within their Locker description; therefore, the Government cannot confirm their ability to meet the Salient Characteristics of the required Lockers. � �1.2. Price.� The Offeror's initial quote should contain their best pricing however, only the quotes that have been rated technically acceptable shall be considered for award regardless of price. �� 1. 3. Interchanges (Definition): Interchanges can be informal or formal. The Contracting Officer may use e-mail, send an Interchange Notice (IN) or phone call, etc., asking for clarifications, change pages, revisions or other documentation. The Government may conduct interchanges with one, some, none, or all Offerors at its discretion. Only quotes rated technically acceptable, either initially or as a result of interchanges, will be eligible for award. Attachments (3): Salient Characteristics Provisions and Clauses Price Schedule
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fefacd84a4a745869db1786257da2fcf/view)
- Place of Performance
- Address: JBSA Randolph, TX 78150, USA
- Zip Code: 78150
- Country: USA
- Zip Code: 78150
- Record
- SN07211217-F 20240915/240913230123 (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 |