SOLICITATION NOTICE
39 -- FA8604-MMHS-Storage Aids System, Lakenheath UK
- Notice Date
- 6/17/2020 2:56:03 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333922
— Conveyor and Conveying Equipment Manufacturing
- Contracting Office
- FA8604 AFLCMC PZI WRIGHT PATTERSON AFB OH 45433-7228 USA
- ZIP Code
- 45433-7228
- Solicitation Number
- FA8604-20-R-8105
- Response Due
- 6/23/2020 1:00:00 PM
- Archive Date
- 06/23/2021
- Point of Contact
- Julia A. Kemp, Phone: 937-656-7470, Phillip Anders
- E-Mail Address
-
julia.kemp@us.af.mil, phillip.anders@us.af.mil
(julia.kemp@us.af.mil, phillip.anders@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- ***17 June 2020--Updated Addendum to FAR� 52.212-01 INSTRUCTIONS TO OFFERORS�with DoD Safe instructions Addendum to FAR 52.212-01 INSTRUCTIONS TO OFFERORS � COMMERCIAL ITEMS (AUG 2018) �Submit three (3) documents; one (1) electronic cost proposal and two (2) technical proposals should be submitted to Julia Kemp (julia.kemp@us.af.mil) via either at https://safe.apps.mil/ or via email; however, the entire proposal (both cost and technical proposal volumes) must be received by the buyer and/or PCO via email in accordance with the guidance contained in FAR 52.212-01 (f)(2)(i)(A), except the closing time established in that paragraph should be 4:00 p.m. EST for purposes of a late determination.� �One of the technical proposals should be �sanitized�, meaning all references to the offerors company name and any and all pricing information should be removed from the sanitized version.� The unsanitized version will be retained by the contracting office for the official file. The documents should contain the naming conventions as follows: ""Cost Proposal_RFP8107_Contractor Name"" ""Technical Volume_Sanitized_RFP8107_Contractor Name "" ""Technical Volume_Unsanitized_RFP8107_Contractor Name "" Period for acceptance of offerors.� The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. (d)� Inquiries/RFP Questions:� Must be submitted IN WRITING (via DOD SAFE or email) to Julia Kemp (julia.kemp@us.af.mil) Responding to inquiries/questions received within seven (7) calendar days of the due date for offers specified in this solicitation will be at the discretion of the Contracting Officer. Notice of intent to propose must be provided fifteen days (15) prior to submission deadline. After the intent notice is provided to Julia Kemp by email, julia.kemp@us.af.mil, ��an invitation link for the DODSAFE will be sent in response. (e)� Multiple offers. The Government will only accept one (1) proposal per offeror.� Multiple offers will not be accepted.� (f) Late Submissions, modifications, revisions and withdrawals of offers.� �Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to electronically reach the Government office by the date and time specified in the solicitation. (4:00 PM Eastern Time.) �Subparagraph (e) of FAR clause 52.212-01 is not applicable to this solicitation as multiple proposals are not acceptable and shall not be submitted. (g)� Contract award. �The Government intends to evaluate offers and award a contract without discussions with offers.� 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 an action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.� Offerors must price all line items, with the exception of the data line item which is Not Separately Priced (NSP.)� All line items will be awarded to a single offeror.� (h)� Multiple Awards.� Subparagraph (h) of FAR clause 52.212-01 is not applicable to this solicitation as a single award is anticipated.� (i)� Data Universal Numbering System (DUNS) Number (Applies to offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database).� The offeror shall enter, in Block 17 on the SF 1449, its name and address, and the annotation �DUNS� or �DUNS+4� followed by the DUNS or DUNS+4 number that identifies the offeror�s name and address.� The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR subpart 32.11) for the same concern.� If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one.� An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform.� An offeror located outside the United States must contact the local Dun and Bradstreet office for DUNS number.� The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office.� (j) �Submission of Proposal Checklist and Summary Pricing Sheet:� The offeror is required to comply with all instructions contained in these instructions, Proposal Checklist and Summary CLIN Pricing Sheet either attached to this solicitation or included as part of the synopsis announcement and shall be completed and submitted as part of the price proposal submitted by the offeror.��� ___________________________________________________________________________________________ ** 16 June 2020--Electronic submission of proposals: All interested Contractors with Intentions of proposing on this Request for Proposal, Shall do so through DoD Safe.� The Contractor is required to submit a request to the contact persons listed on this proposal, in order to receive a ""Request to Drop-off"" access. The Contractor shall submit a request no sooner than 14 days prior to Request for Proposal closing Date and Time.� It is recommended that the contractor submit a request for a ""Request to Drop-off"" No later than 5 Business Days prior to Proposal closing date to insure the request is received by the contacts persons listed on this Request for Proposal. All requests for a ""Request to Drop-off"" should be received by the contact person / person's listed on this Request for Proposal no later than 2 full business days, prior to the closing date of Request for Proposal FA860420R8105. It is the Contractor's responsibility to insure that a request for a ""Request to Drop-off"" be received by the appropriate person / person's listed on this RFP in a timely manner to insure that a ""Request to Drop-off"" is received by the contractor, so that the contractor may submit their proposal in a timely manner Prior to the closing date and time listed on this RFP. The Contractor shall encrypt when uploading, the contractor / bidder shall insure that persons listed on this Request for Proposal are in fact the persons designated as recipients of said proposal, to insure that the listed contact person receive proper notification that documents are available for pick up and review on DoD Safe.� All other terms and conditions remain unchanged _____________________________________________________________________________________________ ******�CAD CAM drawings (in dwg. Format) for Lakenheath 8105 Storage Aids System are available if needed.� Please contact the engineer, Andrew Huser at andrew.huser@us.af.mil � in order to request these drawings in a format other than PDF.� Per the solicitation, direct all other questions or concerns to the buyer, Julia Kemp at: julia.kemp@us.af.mil . �***** ___________________________________________________________________________________ ***See FAR 52.212-01 and FAR 52.212-02 and the respective addendums to each clause in the RFP for detailed proposal instructions and evaluation criteria*** 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. �Solicitation Number FA8604-20-R-8105 is issued as a Request for Proposal (RFP). �This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2020-05/03-30-2020 and DPN 20200408. This acquisition is 100% set aside for small business.� The NAICS Code is 333922.� Small business size standard is 500 employees.� This solicitation is subject to FAR Clause 52.219-14, �Limitations on Subcontracting (DEVIATION 2020-O0008).��� FAR Clause 52.219-14 states that, for �Supplies, (other than procurement from a non-manufacturer of such supplies), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities.� Any work that a similarly situated entity further subcontracts will count toward the 50 percent subcontract amount that cannot be exceeded.� This RFP has 15 line items.� The performance, design, fabrication, installation, and test requirements for a Storage Aids System and 463L Gravity Roller Conveyor System for Buildings 1035 and 1032 at RAF Lakenheath UK.� All solicitation specifications/drawings will be posted at the following location: http://www.betaSAM.gov. Contract Completion is required within 230 days from date of award. FOB point is Destination (e.g., RAF Lakenheath, England). �Evaluation will be based on Lowest Price Technically Acceptable (LPTA).� The contractor must be registered in SAM prior to award. The government will make an award from this request for proposal to the technically acceptable, responsible offeror whose proposal offers the lowest price to the Government. The Government reserves the right to not make an award at all. All proposals are due by 4:00 PM ET on (23 June 2020). See FAR Clause 52.212-01 and corresponding addendum contained within the RFP for further information. Any proposal, modification, or revision that is received at the designated Government office after the exact time specified for receipt of proposals is �late� and will not be considered. �Please note that e-mail (with attachments) proposals are mandatory for proposal submission. To ensure a competitive balance, at the Contracting Officer�s discretion, questions concerning this RFP will only be accepted until (15 June 2020) 2:00 PM ET.� Questions shall also be submitted in writing, and are encouraged to be submitted by e-mail, letter or fax.� No telephone, written, e-mail or fax requests for documents will be accepted; all interested offerors must download their own documents from the internet - no exceptions.� All interested offerors are requested to register for this solicitation.� 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
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ef80e1f6bd2c48f4b75e73e8e40aa4b9/view)
- Place of Performance
- Address: 09461-9998, GBR
- Zip Code: 09461-9998
- Country: GBR
- Zip Code: 09461-9998
- Record
- SN05694328-F 20200619/200617230157 (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 |