Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 30, 2025 SAM #8465
SOLICITATION NOTICE

20 -- Floating Boat Dock System

Notice Date
1/28/2025 11:55:20 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336612 — Boat Building
 
Contracting Office
FA2521 45 CONS LGC PATRICK SFB FL 32925-3237 USA
 
ZIP Code
32925-3237
 
Solicitation Number
FA252125QB029
 
Response Due
2/25/2025 3:00:00 PM
 
Archive Date
03/12/2025
 
Point of Contact
Kristin Doty, Phone: 3214949516, Charles Speed, Phone: 321-494-5136
 
E-Mail Address
kristin.doty@spaceforce.mil, charles.speed.2@spaceforce.mil
(kristin.doty@spaceforce.mil, charles.speed.2@spaceforce.mil)
 
Description
Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number FA252125QB029 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03. The North American Industry Classification System (NAICS) code for this project is 336612 with a size standard of 1000 employees. The purpose of this combined synopsis and solicitation is to furnish all labor, materials, equipment, and expertise, required to install a Floating Boat Dock System capable of accommodating four (4) boats at the Outdoor Recreation facility. Attachment(s): 1. Statement of Objectives (SOO) 2. NAF Standard Clauses Incorporated by Reference 3. Non-appropriated Fund Standard Clause Ship to address/Place of Performance: 45 FSS Patrick Outdoor Recreation 1629 Atlas Ave, Bldg 345 Patrick Space Force Base, FL 32925 Shipping Method F.O.B. Destination shall be quoted for supplies to be delivered within the United States unless there are valid reasons to the contrary. Shipping cost should be included in the total quoted price. NOTE TO OFFERORS: In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly labeled the item GSA or open market. Include your GSA contract number for items, as well as expiration date of the contract. 2. FAR Provision 52.212-1, Instructions to Offerors � Commercial Items (Sep 2023) applies to this acquisition and the following applies: The following words stating �offer�, �offeror�, and �proposal� are replaced with �quotation�, �vendor�, and �quote�. (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. Submit written offers only, oral offers will not be accepted. Please respond to this RFQ by providing the following information in this document and returning one (1) copy to the email identified in (b)(2) below. (1) The solicitation number; FA252125QB029 (2) The time specified in the solicitation for receipt of offers; RFQ due date: February 25, 2025 RFQ due time: 6:00 P.M. Eastern Time Email to kristin.doty@spaceforce.mil and charles.speed.2@spaceforce.mil If the receipt of offers date different from SAM Contract Opportunities; SAM Contract Opportunities has precedence. Note: .zip files are not an acceptable format for the Air Force Network and will not go through our email system. All questions regarding this solicitation must be submitted by February 10, 2025 @ 8:00 A.M. Eastern Time. Estimated Delivery Time: ____________ FOB (Select): ____ Destination _____ Origin Shipping Cost included? ____ Yes _____ No Quote expiration date: __________ (3) The name, address, and telephone number of the offeror; Company Complete Address & Information: DUNS Number: (If registered in SAM.gov) Cage Code: (If registered in SAM.gov) GSA # (If applicable to this acquisition) (4) The quoter shall submit electronic technical quote that demonstrates the ability to meet requirements as specified in the RFQ. The quote shall provide sufficient detailed information which demonstrates their technical capability, including product characteristics, installation services, design capability. The technical quote shall address the length of time the vendor will require for completion and delivery of the item. (5) Terms of any express warranty; (6) Price and any discount terms: The quote shall include a firm-fixed price for the scope of work in the bid schedule reference above; (7) �Remit to� address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender�s request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. This paragraph is tailored to read as follows: Offerors are responsible for submitting electronic offers by the solicitation due date and time. Offers received after the solicitation due date and time are considered late and will be handled in accordance with FAR 52.212-1(f). (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101�29, and copies of Federal specifications, standards, and product descriptions can be downloaded from the ASSIST website at https://assist.dla.mil. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained from the address in paragraph (i)(1)(i) of this provision. (2) Most unclassified Defense specifications and standards may be downloaded from the ASSIST website at https://assist.dla.mil. (3) Defense documents not available from the ASSIST website may be requested from the Defense Standardization Program Office by� (i) Using the ASSIST feedback module ( https://assist.dla.mil/feedback); or (ii) Contacting the Defense Standardization Program Office by telephone at 571�767�6688 or email at assisthelp@dla.mil. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier.(Applies to all offers that exceed the micro-purchase threshold, and offers at or below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation ""Unique Entity Identifier"" followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. (k) [Reserved] (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency�s evaluation of the significant weak or deficient factors in the debriefed offeror�s offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial products, the make and model of the product to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of provision) 52.212-2 Evaluation-Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation-Commercial Items (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 following factors shall be used to evaluate offers: Technical acceptability: The government will evaluate quotes on the basis of whether or not the offer conformed to the submission instructions and minimum requirements identified in the solicitation to include completing 52.212-1(b)(1) thru (12) Price: The total evaluated price will include the total price of all line items. The price will be evaluated but not scored. The price evaluation will determine whether the proposed price is complete, fair, and reasonable in relation to the solicitation requirements. Schedule price reductions are requested. Past Performance: The government will evaluate past performance based on information obtained through Federal Awardee Performance and Integrity Information System (FAPIIS), Contractor Performance Assessment Reporting System (CPARS), and Supplier Performance Risk System (SPRS) databases or any other reasonable basis. Offerors with derogatory marks or terminations for default/cause may not be considered for award. Technical and past performance, when combined, are approximately equal to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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) Note: The vendor acknowledges that should the quote or proposal�s terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/da19579a85dd4dabbf5b1b6f7bc0bb1b/view)
 
Place of Performance
Address: Patrick Air Force Base, FL 32925, USA
Zip Code: 32925
Country: USA
 
Record
SN07325262-F 20250130/250128230106 (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.