MODIFICATION
19 -- Personnel Recovery Safety Boat - Attachments
- Notice Date
- 9/5/2019
- Notice Type
- Modification/Amendment
- NAICS
- 336612
— Boat Building
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, 24 SOW HQ, 223 Cody Ave, Hurlburt, Florida, 32544, United States
- ZIP Code
- 32544
- Solicitation Number
- H92429-19-Q-0013
- Archive Date
- 9/27/2019
- Point of Contact
- Jaime M. Collins, Phone: 8508846007, William C. Lawson, Phone: 8508840732
- E-Mail Address
-
jaime.collins.2@us.af.mil, william.lawson.12@us.af.mil
(jaime.collins.2@us.af.mil, william.lawson.12@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- RFIs for H92429-19-Q-0013, 190905 Attachment 1 - Salient Characteristics - Boats, 190905 This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) Federal Acquisition Regulation (FAR) Subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This solicitation is issued as a Request for Quote (RFQ) IAW FAR Part 12 "Acquisition of Commercial Items" and 13 "Simplified Acquisition Procedures" (SAP). This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-03, effective 12 July 2019. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This announcement constitutes one (1) solicitation, quote number H92429-19-Q-0013, which will result in one (1) firm fixed price contract to provide a Ribcraft or equal to 27' personnel recovery safety boat and trailer for the 21 STS. This is a competitive solicitation, as a 100% set-aside for Small Business Concerns. Offerors must be registered in http://www.sam.gov prior to contract award, and be reflected as a small business concern for the applicable North American Industry Classification System (NAICS) code. The North American Industry Classification System (NAICS) code for this project is 336612 and Federal Supply Code (FSC) code 1940. The Size Standard for NAICS 336612 is 1000 employees. QUOTES ARE DUE BY: 12 SEPT 2019 @ 03:00 PM CST or SOONER. Email Response is the required method of submitting your quote. It is the Contractor's responsibility to insure the quote is received at the designated location and time specified. CLIN CLIN Description Quantity Unit Unit Price Total Price 0001 Ribcraft or Equal 27' personnel recovery safety boat with matching trailer *** See Attachment - Salient Characteristics*** Delivery Terms are FOB Destination. 1 EA The following provisions & clauses apply to this solicitation and will remain in full force in any resultant award: FAR 52.212-1, Instructions to Offerors - Commercial Items (DEVIATION 2018-O0018) (Oct 2018) is amended to read: Offeror shall electronically submit signed and dated offer to 24 SOW/PK, using the Offer Schedule at Attachment 2, by 03:00 p.m. CST on 12 September 2019, via email addresses: Jaime.Collins.2@us.af.mil AND William.Lawson.12@us.af.mil, with the solicitation number in the subject block. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. Hard Copy and Facsimile proposals will not be accepted. Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Oct 2014) which is incorporated into this Request for Quotation below. The Government anticipates the award of one (1) contract 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: (i) Technical capability (ii) Price. Technical capability is approximately equal to price. The Government will award a Firm Fixed Price - contract to the technically-acceptable and responsible offeror with the lowest priced offer. The offeror shall submit a completed "Offer Schedule" (Attachment 2) with all white fields completed, to be evaluated. The offer will be determined technical acceptability if all items specified in Offer Schedule (Attachment 2) are included in the Ribcraft or equal quote. If the offer is providing an alternate item(s) then the offer must provide the item specifications demonstrating it is an equal to the items identified in this Request for Quotation (RFQ). Offers determined technically unacceptable will not be further considered for award. FAR 52.212-3, Offeror Representations and Certifications (Oct 2018) - Commercial Items applies to this Request for Quotation (RFQ), and the offeror must include a completed copy of these provisions with their quote or indicate (with DUNS Number) that current information is available on the federal government website ORCA (htpps://www.sam.gov) The full text of these clauses and provisions may be accessed electronically at the website: http://farsite.hill.af.mil. Prospective contractors must be registered in the Central Contractor Registration Database prior to award of a government contract. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Oct 2018) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2019) Attachment: •1. Salient Characteristics •2. Offer Schedule ***Please see revised Attachment 1 dated 5 September 2019*** ***Please see attached RFI answers dated 5 September 2019***
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8d7d8b65139eb9c2fa7c32cd5ea99abd)
- Record
- SN05432824-W 20190907/190905231217-8d7d8b65139eb9c2fa7c32cd5ea99abd (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |