Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2020 SAM #6678
SOLICITATION NOTICE

54 -- Maxwell AFB - Bleachers Combo for Maxwell Fitness Center

Notice Date
3/10/2020 12:00:37 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
FA3300 42 CONS CC MAXWELL AFB AL 36112-6334 USA
 
ZIP Code
36112-6334
 
Solicitation Number
F2X3B59344AW01
 
Response Due
3/16/2020 12:00:00 PM
 
Archive Date
03/31/2020
 
Point of Contact
Bobby W. Ballow, Phone: 3349536550, Fax: 3349533227, Jeremy B. Kersey, Phone: 3349533526, Fax: 3349532198
 
E-Mail Address
bobby.ballow@us.af.mil, jeremy.kersey.1@us.af.mil
(bobby.ballow@us.af.mil, jeremy.kersey.1@us.af.mil)
 
Description
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. GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase Telescopic Bleachers as described in this document and the attached Statement of Requirement. 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. This requirement is issued as a Request for Quote (RFQ) (Reference-Number F2X3B59344AW01). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2020-04 (15 January 20) and the DPN 20190430 effective 30 Apr 19. A Firm Fixed Priced Award will be made in accordance with the following: NAICS Code: 337127; Size Standard: 500 EMP IMPORTANT NOTES: THE GOVERNMENT IS SOLICITING FOR �OPEN MARKET� QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. ALL PRODUCTS MUST BE NEW; NO REFURBISHED OR USED ITEMS WILL BE ACCEPTED. THIS IS REQUIREMENT IS BEING SOLICITED AS A TOTAL SMALL BUSINESS SET- ASIDE. ONLY QUOTATIONS RECEIVED FROM SMALL BUSINESSES WILL BE REVIEWED. NATURE OF ACQUISITON The Force Support Squadron on Maxwell AFB, AL has a requirement to purchase the below listed items outlined in CLINS 0001 - 0002. This procurement will be awarded under Simplified Acquisition Procedures. All inquiries/responses to this notice must be received by 16 Mar, 2020, 2:00 p.m CST. SCHEDULE OF SUPPLIES/SERVICES CLIN 0001: Maxwell AFB Telescopic Bleachers in accordance with Statement of Requirement. � QTY 1 Each CLIN 0002: Maxwell AFB Telescopic Bleachers Installation and Removal of Existing. � QTY 1 Each DELIVERY INFORMATION AF NO MILSBILLS PROC CP 3349533689 175 NORTH DR W BLDG 800 MAFB GUN ANNX, AL 36114 United States Quotation Preperation Instructions. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. a. The offeror must submit dated quote with unit prices and extended prices in response to this solicitation. b. Manufacturer Specifications: The offeror shall provide detailed manufacturer specifications that clearly meet the minimum requirements for each piece of equipment outlined in the Schedule of Supplies/Services CLIN 0001 IAW the attached SOR paragraph B.4. Manufacturer specifications (i.e. product information, brochures) must be included to clearly corroborate how all minimum requirements would be met by the offeror's quote. c. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. d. PROJECT MILESTONE PLAN (PMP): The offeror shall provide a PMP that establishes a timeline from issuance of the contract to the location identified in this solicitation. The exact format and content of the PMP is at the offeror's discretion, but it shall be expressed in terms of ""days after contract"" and include, at a minimum, a timeline for: Description Days After Contract Product Ordering Product Delivery Product Installation Total # Days Until Contract Completion e. Interested parties capable of providing the requirement must include discount terms, tax identification number, cage code, and DUNS. f. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Systems for Award Management database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220. g. Responses to this notice shall be provided in writing via e-mail to SSgt Bobby Ballow at bobby.ballow@us.af.mil and Jeremy Kersey at jeremy.kersey.1@us.af.mil. All responses shall be received NLT 02:00 PM CST on 16 March 2020. Email is the preferred method. Points of Contact: SSgt Bobby Ballow, Contract Specialist, Phone (334) 953-6550, Fax (334) 953-3543 and Jeremy Kersey, Contracting Officer, Phone (334) 953-3526. BASIS FOR AWARD This will be a competitive best value acquisition utilizing FAR 13, Simplified Acquisition Procedures. Award will be based on technical acceptability and price. For quotes determined technically acceptable, a best value selection will be based on price. 1. Technical Acceptability: Initially, the Government shall evaluate each offer's quote, as it pertains to the following criteria, on a pass/fail basis, by assigning ratings of Acceptable (clearly meets minimum requirements) or Unacceptable (does not clearly meet minimum requirements). a) Manufacturer Specifications: The offeror provided detailed manufacturer specifications will be evaluated for completeness to ensure all minimum requirements in the Schedule of Supplies/Services CLIN 0001 IAW the SOR paragraph B.4 are met. 2. Price. The Government may use any of the following price analysis techniques IAW FAR 13.106-3(a) to determine price reasonableness: competitive quotes, comparison of the proposed price with prices found reasonable on previous purchases, a comparison with similar items in a related industry, comparison to an independent Government estimate, or any other reasonable basis. ATTACHMENTS (2): Attachment #1 � Statement of Requirements Attachment #2 � Contract Provisions and Clauses
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9a0d7b5d12b348ada78fbea488b366ad/view)
 
Place of Performance
Address: Montgomery, AL 36112, USA
Zip Code: 36112
Country: USA
 
Record
SN05584747-F 20200312/200310230158 (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.