Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 05, 2020 SAM #6671
SOLICITATION NOTICE

43 -- Nitro Truck Parts

Notice Date
3/3/2020 1:30:45 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
FA5575 496 ABS PK DA LGC APO AE 09643-6585 USA
 
ZIP Code
09643-6585
 
Solicitation Number
FA557520QMD01
 
Response Due
3/17/2020 6:00:00 AM
 
Archive Date
04/01/2020
 
Point of Contact
Marcus Drinkard
 
E-Mail Address
marcus.drinkard@us.af.mil
(marcus.drinkard@us.af.mil)
 
Description
COMBINED SYNOPSIS/SOLICITATION �COMBO�: FA557520QMD01 Nitrogen Truck Parts � (i) ���������� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii)��������� Solicitation FA557520QMD01 is issued as a Request for Quotation (RFQ). (iii)��������� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, effective 15 January 2020. (iv)��������� This solicitation is full and open without exclusion; the associated NAICS code is 332999 � All Other Miscellaneous Fabricated Metal Product Manufacturing. (v)���������� A Pricing Schedule is incorporated as Attachment 1 � Nitro Truck Parts Price Schedule.� Vendors shall complete the attachment in its entirety and return with any other documentation/data as required.� (vii)�������� Delivery shall be FOB Destination. All services are to be delivered to: Rota NAS, Spain US Air Force 725 AMS Warehouse CTRA Jerez Rota, Naval Base Rota Cadiz 11520 Delivery should be 60 days after date of award or less. �(viii)������ FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jan 2017) is hereby incorporated by reference, with the same force and effect as if it were given in full text. (ix)��������� FAR 52.212-2 Evaluation-- Commercial Items (Oct 2014) is hereby incorporated by full text: 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: I.����� Price; II.���� Technical capability of the item offered to meet the Government requirement; b.���� Options: N/A 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) (x)���������� Each vendor shall ensure the provision at FAR 52.212-3, Vendors Representations and Certifications--Commercial Items (Nov 2017), are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. (xi)��������� The clause at FAR 52.212-4, Contract Terms and Conditions � Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii)�������� The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders � Commercial Items� (Deviation 2013-O0019) (Nov 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition: FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS � January 2019 (xiii)������� Options- N/A (xiv)������� No Defense Priorities and Allocations System (DPAS) assigned rating applies to this acquisition. (xv)�������� NOTICE TO ALL INTERESTED PARTIES: Questions and Answers:� Questions are due via email to TSgt Marcus Drinkard (marcus.drinkard@us.af.mil) NO LATER THAN 2:00PM Local Time on 09 March 2020. Offers:� Quotes are due no later than 2:00PM Local Time on 17 March 2020. Quotes shall include the following: a.���� Price � Submit one (1) copy of price schedule; b.���� Technical Capability Narrative; �(xvi)������ Quotations shall be submitted electronically via e-mail to TSgt Marcus Drinkard (marcus.drinkard@us.af.mil).� For information regarding this RFQ contact the same. Quotes submitted electronically are cautioned that Moron AB has very strict firewall protocols and the Government will not be held responsible for timely and complete receipt of quotes by email.� If submitting quote by e-mail, only submit one copy and the maximum size of email shall not exceed 4MB.� Quote can be split over multiple e-mails and if sending multiple e-mails, ensure subject line contains how many emails have been sent with the text to be used as follows: �E-mail X of Y� (1 of 4, 2 of 4, etc.).� Please confirm delivery of your quote by email. (xvii)������ List of Attachments: a.���� Attachment 1 � Nitro Truck Parts Price Schedule b.���� Attachment 2 - LN2 Parts IPB (xviii)����� Companies must be registered in SAM.gov: https://www.sam.gov/portal/SAM/� and invoices shall be submitted thru Wide Area Work Flow website: https://wawf.eb.mil/ � � � � � � � Addendums: Addendum to FAR 52.212-1 (m) The offeror shall prepare in narrative format key elements giving an explanation on the procedures that will be used during contract execution providing confidence that the offeror has a complete understanding of the attached Performance Work Statements requirements. The narrative shall not exceed more than 10 pages not including visual aids with the complete technical capability narrative package not exceeding 20 pages. Addendum FAR 52.212-2 � Award Process:� The Government intends to award to the best value quote.� In accordance with 13.106-2(b)(3), the Government is not required to establish a competitive range, conduct discussions, or score quotes.� Consistent with simplified acquisition procedures, the evaluation process is as follows: � Price:� All quoters' proposed prices will be determined by adding the proposed price for each Contract Line Item Number (CLIN) to confirm the extended amount and the total amount. The price evaluation will document the reasonableness and completeness of the total evaluated price. Arithmetic Discrepancies:� For the purpose of initial evaluation of quotes, the following will be utilized in resolving arithmetic discrepancies as submitted by the quoter. (A) Obviously misplaced decimal points will be corrected; (B) Discrepancy between unit price and extended price, the unit price will govern; (C) Apparent errors in extension of unit prices will be corrected; (D) Apparent errors in extended prices per CLIN will be corrected. The Government will evaluate all quotes for price, ranking the quoters from lowest to highest total evaluated price. Technical capability Technical capability of the item offered to meet the Government requirement; The Government will evaluate the lowest total evaluated priced quote�s narrative to ensure it meets the requirements set forth in the attached Performance Work Statement as outlined in Addendum to FAR Provision 52.212-1. If the quote is determined NOT to meet the Governments requirement, the evaluation will continue to the next lowest quote until one is determined to meet the Governments requirement. (End of provision)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6a57adf5afba442cb94a830c179955b3/view)
 
Place of Performance
Address: Moron AB, ESP
Country: ESP
 
Record
SN05578498-F 20200305/200304221138 (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.