Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 29, 2024 SAM #8342
SOLICITATION NOTICE

42 -- Portable Helicopter Fire Training System

Notice Date
9/27/2024 6:27:38 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
FA3300 42 CONS CC MAXWELL AFB AL 36112-6334 USA
 
ZIP Code
36112-6334
 
Solicitation Number
F2X3CE4170AQ03
 
Response Due
9/29/2024 10:00:00 AM
 
Archive Date
10/14/2024
 
Point of Contact
Darrell C. Ladnier, Phone: 3349533086, Donald Crawford, Phone: 3349536113
 
E-Mail Address
darrell.ladnier@us.af.mil, donald.crawford.8@us.af.mil
(darrell.ladnier@us.af.mil, donald.crawford.8@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
GENERAL INFORMATION The 42nd Contracting Squadron (42CONS), 50 LeMay Plaza, Building 804, Maxwell Air Force Base (AFB), Alabama (AL) has a requirement to purchase items as described in this document. �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 requirement is issued as a Request for Quote (RFQ) Reference-Number F2X3CE4170AQ03. �The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular (FAC) 2024-06 effective 07-30-2024, Defense Federal Acquisition Regulation Supplement (DFARS) Change 07-29-2024 effective 06-09- 2023, and Air Force Acquisition Circular (AFAC) 2023-0505 effective 05-05-2023. A firm-fixed-price (FFP) award will be made in accordance with the following: � North American Industry Classification System (NAICS) Code: �339999 Size standard: �550 Personnel The Defense Priorities and Allocations System (DPAS) rating is: �S10. IMPORTANT NOTES: 1. �THE GOVERNMENT IS SOLICITING FOR �OPEN MARKET� QUOTES ONLY. �GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. 2. �ALL PRODUCTS MUST BE NEW; NO REFURBISHED OR USED ITEMS WILL BE ACCEPTED. 3. �THIS REQUIREMENT IS BEING SOLICITED AS A 100% SMALL BUSINESS SETASIDE. NATURE OF ACQUISITION: The Government at Maxwell AFB has a requirement to purchase the below listed items. �This procurement will be awarded under Simplified Acquisition Procedures (SAP). All inquiries/responses to this notice must be received by 12:00 P.M. CST on 29 September 2024,� SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following items: Contract Line Item Number (CLIN) 0001: �UH-60 Portable Helicopter Fire Training System (See statement of requirement (SOR) for specifications)� Quantity: 1 Each CLIN 0002: �32 Foot Trailer (See SOR for specifications) Qty: 1 Each CLIN 0003: �On Site Training� Qty: �1 Each CLIN 0004: �Delivery/Set Up� Qty: �1 Each DELIVERY INFORMATION Delivery Address: �Maxwell AFB, AL 36112� Shipping will be: �FOB Destination QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. �Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. a.�� �The offeror must submit dated quote with unit prices and extended prices in response to this solicitation. �In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specification, �Schedule of Supplies/Services�, and terms and conditions, the offeror accedes to all solicitation requirements. �Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. b.�� �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 located at 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. DELIVERY: �The offeror shall provide a performance management plan (PMP) that establishes a timeline from issuance of the contract to the location identified in this solicitation. �The exact format and content of the PMP is at the offeror�s discretion, but it shall be expressed in terms of �days after contract� and include, at a minimum, a timeline for: Description�� �Days After Contract Product Ordering�� � Product Delivery�� � Total # Days Until Contract Completion�� � c.�� �Interested parties capable of providing the requirement must include discount terms, tax identification number (ID), Commercial and Government Entity (CAGE) code, and Data Universal Numbering System (DUNS) number. d.�� �To be eligible to receive an award resulting from this RFQ, contractors must be registered in the Department of Defense (DoD) Systems for Award Management (SAM) database, no exceptions. �To register, please visit http://www.sam.gov or by calling 1-866-606-8220. e.�� �Responses to this notice shall be provided in writing via e-mail to Mr. Chris Ladnier at darrell.ladnier@us.af.mil, (334) 953-3086; and Mr. Donald Crawford at donald.crawford.8@us.af.mil, (334) 953-6113. �Email is the preferred method. IMPORTANT NOTE: Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. BASIS FOR AWARD This will be a competitive best value acquisition utilizing FAR 13 SAP for Commercial Items. �Award will be based on technical acceptability and price. �This requirement will be awarded to the lowest priced offeror meeting technical acceptability. Technical acceptability: �The offeror will be determined technically acceptable if they meet the following: Offeror must provide the service that meets the minimum specifications described in ""Schedule of Supplies/Services"" and the Statement of Work. �Quotes will be assigned ratings of acceptable (clearly meets the minimum requirement) or unacceptable (does not clearly meet the minimum requirements). Price: �The Government shall order each offeror�s quote by price from lowest priced to highest priced. Award will be made to the lowest priced, technically acceptable offeror. �The Government may use any of the following price analysis techniques IAW FAR 13.106-3(a) to determine price reasonableness: �competitive quotes; �comparison of the proposed price with prices found reasonable on previous purchases; �a comparison with similar items in a related industry; �comparison to an independent Government estimate; �or any other reasonable basis. The Government intends to award a contract without discussions. �The Government, however, reserves the right to conduct discussions if deemed in its best interest. ATTACHMENT(S): Attachment 1 � Statement of Requirement Attachment 2 � Contract Provisions and Clauses� �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/febef4c58f6e42fe8a0668e8dc6a67bc/view)
 
Place of Performance
Address: Montgomery, AL 36112, USA
Zip Code: 36112
Country: USA
 
Record
SN07227669-F 20240929/240927230112 (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.