Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2024 SAM #8409
MODIFICATION

83 -- FY25 Brand Name Tents - Sonmez or Equal

Notice Date
12/3/2024 2:24:32 PM
 
Notice Type
Solicitation
 
NAICS
314910 — Textile Bag and Canvas Mills
 
Contracting Office
FA4877 355 CONS PK DAVIS MONTHAN AFB AZ 85707-3522 USA
 
ZIP Code
85707-3522
 
Solicitation Number
FA487725QA092
 
Response Due
12/12/2024 10:00:00 AM
 
Archive Date
12/27/2024
 
Point of Contact
Elisa Montoya, Phone: 5202282377, Erick Ramirez Millan, Phone: 5202284967
 
E-Mail Address
elisa.montoya@us.af.mil, erick.ramirez_millan@us.af.mil
(elisa.montoya@us.af.mil, erick.ramirez_millan@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
FY25 306 RQS Sonmez Tent Kits or EQUAL ***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 dates. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.*** i. Solicitation FA4877?25?Q?A-092 is issued as a Request for Quotation (RFQ) ii. This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2025-01, effective 12 Nov 2024, DFARS provisions and clauses, effective 25 Nov 2024, and DAFFARS provisions and clauses, effective 16 Oct 2024. iii. This procurement is being issued as a Total Small Business set-aside. The North American Industry Classification System Code is 314910 with a size standard of 500 Employees. iv. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. v. Davis?Monthan Air Force Base intends to issue a firm?fixed price purchase order for the following: CLIN 001: 40 EA � Sonmez London 360 Discover M (5-6 person), Color: Gray SMZ16 Tents with accessories: 1 EA Floormat, 1 Pair EA Awning Poles, 1 EA Organizer or EQUAL in accordance with Brand Name Justification attached. Accessory bundle is required for each tent. vi. The government will issue a purchase order to the offeror whose quote is the most advantageous to the Government, price and other factors considered. See FAR Clause 52.212-2 Evaluation � Commercial Products and Commercial Services (Nov 2021) under section xiii for further details. vii. Important Dates/Times: a. All questions must be submitted via email no later than 10 December 2024, 10:00 AM b. All quotes must be submitted via email no later than 12 December 2024, 10:00 AM viii. It is the responsibility of the offeror to review the posting for any changes or amendments that may occur concerning this RFQ. ix. It is the responsibility of the offeror to ensure all quotes and/or questions are submitted in a timely manner by specified due date. x. Point of Contacts: a. Primary: Elisa Montoya, elisa.montoya@us.af.mil, (520) 228-2377 b. Alternate: Erick Millan, erick.ramirez_millan@us.af.mil, (520) 228-4967 xi. Attachments Attachment 1 � Brand Name Justification (Redacted) Attachment 2 � Provisions & Clauses xii. See provision and clauses attachment for 52.212-1 Instructions to Offerors. xiii. FAR 52.212-2 Evaluation -- Commercial Products and Commercial Services (Nov 2021) a. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The evaluation shall include a best value assessment between the quotes that conform to formatting requirements identified herein as well as FAR 52.212-1. In evaluating, all factors will be considered to make a best value determination which is most advantageous to the Government. b. Best value factors that may be considered include but are not limited to: Technical: Offerors must provide the necessary and requested information found within this solicitation in order to fully demonstrate their technical capability in fulfilling this requirement of providing brand name tents and accessories or an item equal to in accordance with posted brand name justification. Delivery Time: Offeror demonstrates the ability to provide the complete requirement by the earliest date possible. Price: The Government will evaluate the offeror�s quotation, for price completeness and reasonableness as described below. Completeness - The offeror�s price proposal will be evaluated for completeness by confirming the offeror has provided unit and total price for all CLINs. Reasonableness - The offeror�s price will be evaluated for reasonableness through one or more of the methods specified in FAR 13.106-2 & 13.106-3. c. Options are not applicable to this requirement. d. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) ixv. OMBUDSMAN (JUL 2023) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/FLDCOM/DRU/DAFRCO ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/FLDCOM/DRU ombudsman level, may be brought by the interested party for further consideration to the Department of the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer. (End of clause) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) As prescribed in DAFFARS 5323.804-90, insert the following clause in solicitations and contracts: ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (JUN 2024) (a) Contractors shall not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order. (b) For the purposes of Departmet of the Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Department of the Air Force definition of a Class I ODS.] (End of clause)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6e89e1d37ed84f19b2770827172fc4c4/view)
 
Place of Performance
Address: Tucson, AZ 85707, USA
Zip Code: 85707
Country: USA
 
Record
SN07279700-F 20241205/241203230210 (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.