Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 12, 2025 SAM #8447
SOLICITATION NOTICE

N -- Hoban Hall Hot Water Coil Replacement

Notice Date
1/10/2025 12:46:53 PM
 
Notice Type
Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
FA4608 2 CONS LGC BARKSDALE AFB LA 71110-2438 USA
 
ZIP Code
71110-2438
 
Solicitation Number
FA460825QS007
 
Response Due
1/24/2025 10:00:00 AM
 
Archive Date
02/08/2025
 
Point of Contact
Shakera Wilson, Phone: 3184563493, Thomas Hutchins, Phone: 3184563729
 
E-Mail Address
shakera.wilson@us.af.mil, thomas.hutchins.2@us.af.mil
(shakera.wilson@us.af.mil, thomas.hutchins.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis & solicitation for commercial services 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 written solicitation will not be issued. The solicitation number is FA460825QS007 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2025-02) as of 03 January 2025. This is a set aside for 100% small business and the associated North American Industry Classification System (NAICS) number is 333415. The small business size standard is 1250 employees. Contracting Office Address: Department of the Air Force (DAF), Air Force Global Strike Command (AFGSC), 2d Contracting Squadron (2 CONS), 801 Kenney Avenue, Building 4400, Suite 2301, Barksdale Air Force Base (AFB), Louisiana (LA), 71110, United States (US). DESCRIPTION/PURPOSE: The purpose of this requirement is to acquire the services required to replace and install a hydronic heating coil for a York Air Handling Unit (model# XTI-072X120-SALA017A) at Hoban Hall, Building 6448, Barksdale AFB LA. 0001 � IAW Attachment 1- Provisions and Clauses 0002 � IAW Attachment 2 - Statement of Work = 0003 � IAW Attachment 3 - Wage Determination PLEASE PROVIDE INFORMATION BELOW: COMPANY: _______________________________________________ DATE: ________________________ SAM UEI: ____________________________________________ CAGE NUMBER: _______________________ POC:__________________________________________ TELEPHONE #: ____________________________ E-MAIL ADDRESS: ____________________________________ TAX ID #: __________________________ Do you have capacity to invoice electronically through WAWF? (Yes / No) 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 date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. IMPORTANT: The provisions FAR 52.212-1 and 52.212-2 apply to this acquisition. For additional instructions and evaluation information, please see full text below and attachment 1. Quotes shall be submitted in electronic format and emailed to shakera.wilson@us.af.mil no later than the solicitation due date and time. Email is the required method; however, it is the contractor�s responsibility to follow up with the listed POC to ensure their quote was received on time. Since award will be based on initial responses, vendors are highly encouraged to quote their most advantageous pricing in their initial response. BEST VALUE DETERMINATION: The technically acceptable, lowest priced quote will be determined to represent the best value. Technical acceptability will be determined by an evaluation of the Technical Plan outlined in provision 52.212-1 below. If the lowest priced submission is found not technically acceptable, the Government will evaluate the next lowest priced submission. The evaluation will stop at the point when the Government identifies the lowest priced, technically acceptable offer, which will represent the best value. Contingent upon a determination of contractor responsibility, award will be made to that offeror without further evaluation of other offers. IMPORTANT DATES AND TIMES: A site visit will be held at 2:30 PM CST on Thursday, 16 January 2025. Interested parties must RSVP no later than COB Wednesday, 15 January 2025. (If no RSVP is received by this deadline, the site visit will be canceled) Questions will be due no later than 12:00 PM CST on Tuesday, 21 January 2025. Answers will be posted on or around 4:00 PM CST on Wednesday, 22 January 2025. Quotes are due no later than 12:00 PM CST on Friday, 24 January 2025. The following attachments are applicable to this RFQ: Attachment 1, Provisions and Clauses Attachment 2, Statement of Work, dated 10 January 2025 Attachment 3, Wade determination Points of Contact (POCs): Contract Specialist: SSgt Shakera Wilson; Telephone: (318) 456-3493; Email: shakera.wilson@us.af.mil Contracting Officer: Thomas Hutchins; Telephone: (318) 456-3729; Email: thomas.hutchins.2@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a7442737c1d146f58434a00ec7082ecc/view)
 
Place of Performance
Address: LA 71110, USA
Zip Code: 71110
Country: USA
 
Record
SN07309630-F 20250112/250110230104 (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.