Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2021 SAM #7227
SOLICITATION NOTICE

41 -- 242 Ventilation system

Notice Date
9/12/2021 8:51:18 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335210 — Small Electrical Appliance Manufacturing
 
Contracting Office
W7N6 USPFO ACTIVITY WAANG 141 FAIRCHILD AFB WA 99011-9439 USA
 
ZIP Code
99011-9439
 
Solicitation Number
W5oS9D21Q5011
 
Response Due
9/24/2021 2:00:00 PM
 
Archive Date
10/09/2021
 
Point of Contact
Robert D. Jones, Phone: 5092477224, Matthew R. Richard, Phone: 5092477223
 
E-Mail Address
robert.jones.88@us.af.mil, Matthew.Richard@us.af.mil
(robert.jones.88@us.af.mil, Matthew.Richard@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR 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. Solicitation W50S9D-21-Q-50011 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05, Dated 10 March 2021 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20210709.� It is the contractor�s responsibility to become familiar with applicable clauses and provisions. �This is a total small business set-aside acquisition is under North American Industry Classification Standards (NAICS) code 335210, size standard 1,000 employees. The government intends to award a Firm Fixed Price (FFP) contract to a responsible Small Business concern deemed responsive in accordance with Federal Acquisition Regulation (FAR) Part 13. Quotes must conform to all requirements outlined in this Request for Quote (RFQ) and will be evaluated on a best-value basis with the following factors considered: price, warranty, delivery schedule. Delivery of requirements will be FOB destination. This office will consider any late quotes or any late revisions of quotes as non-responsive. In no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government. � Description of Requirement: Ventilation system with install **See attached Statement of Work � CLIN 0001: �Ventilation & Install������������������������������������������� $__________ (Ea.) � Total��������������������������������������������������������������������������������������� $_____________________ � Quote Information: Quotes must be submitted and received no later than 2:00pm (Pacific Time) Friday, SEPT 24nd, 2021. Electronic offers are required, telephone quotes will not be accepted. Quotes may be e-mailed to the attention of the points of contact listed below: ����������� Buyer: MSgt Robert Jones ����������� Alternate Buyer:� Lt Matthew Richard ����������� Email:�� 141MSG.MSC@us.af.mil � � Award will only be made to offerors who have registered with System for Award Management (SAM).� Vendors may register at: http://www.sam.gov Submission of Invoices: In accordance with FAR clause 52.212-4(g) the contractor/vendor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF).��Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission�of Payment Requests. Provisions and Clauses: Clauses may be accessed electronically in full text through acquisition.gov FAC 2021-05, DATED: 7 July 2021. Contractors must be actively registered with the System for Award Management www.sam.gov, and at Wide Area Work Flow (WAWF) at http://wawf.eb.mil. P = Provisions����� C = Clauses���� * = Provision or Clause required to be Full Text P-FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation C-FAR 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal ���������� Confidentiality Agreements or Statements P-FAR 52.204-7, System for Award Management Registration C-FAR 52.204-9, Personal Identity Verification of Contractor Personnel P-FAR 52.204-16, Commercial and Government Entity Code Maintenance C-FAR 52.204-18, Commercial and Government Entity Code Maintenance C�FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems P-FAR 52.204-22, Alternative Line Proposal P-FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment C-FAR 52.204-25, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment C-FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations P-FAR 52.212-1, Instructions to Offerors-Commercial Items P-FAR 52.212-2, Evaluation-Commercial Items Evaluation.� 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; Best value will be determined at the contracting officer�s discretion based on combination price and other evaluation factors. Price will be evaluated based on the total price given for CLINs 0001-0004. Technical acceptability will be evaluated based on specifications, warranty, and proposed delivery schedule. Past performance will be based on vendor�s performance history through a review of SAM registration and FAPIIS. � �Best value� means the expected outcome of an acquisition that, in the Government�s estimation, provides the greatest overall benefit in response to the requirement. In accordance with FAR 12.602 & FAR 13.106-2, technical, price & delivery will be considered in the streamlined evaluation. In the best value decision, the Government may consider any readily available value indicators (examples include special features of the supply or service required for effective program performance, trade-in considerations, probable life of the item, warranty considerations, maintenance availability, environmental and energy efficiency considerations, and delivery terms). This may result in award being made to a higher-rated, higher-priced quote. The Government�s selection of a higher-rated, higher-priced quote will be supported by a determination that the technical/warranty superiority merits the additional cost involved. P-FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or ��������� complete electronic annual representations and certifications at http//orca.bpn.gov C-FAR 52.212-4, Contract Terms and Condition-Commercial Items C-FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive ������ Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and ���� (c) the following clauses apply� C-FAR 52.219-6, Notice of Total Small Business Set-Aside C-FAR 52.219-28, Post Award Small Business Representation C-FAR 52.222-3, Convict Labor C-FAR 52.222-19, Child Labor � Cooperation with Authorities and Remedies C-FAR 52.222-21, Prohibition of Segregated Facilities C-FAR 52.222-26, Equal Opportunity � C-FAR 52.222-41, Service Contract Labor Standards � See Wage Rates located after this ������������� Provisions and Clauses section. � C-FAR 52.223-5, Pollution Prevention and Right to Know Information (Contract Performance in a Federal Facility) C-FAR 52.225-13, Restrictions on Certain Foreign Purchases C-FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management C-FAR 52.232-39, Unenforceability of Unauthorized Obligations C-FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors C-FAR 52.233-3, Protest After Award C-FAR 52.233-4, Applicable Law for Breach of Contract Claim P-FAR 52.237-1, Site Visit C-FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation P-FAR 52.247-65, F.O.B. Origin, Prepaid Freight-Small Package Shipments C*-FAR 52.252-2, Clauses Incorporated by Reference � SEE acquisition.gov � C-DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials C- DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights C- DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials C-DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors C* - DFARS 252.211-7003, Item Unique Identification and Valuation C-DFARS 252.211-7008, Use of Government-Assigned Serial Number P-DFARS 252.213-7000, Notice to Prospective Suppliers on the use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations C-DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials C-DFARS 252.223-7008, Prohibition of Hexavalent Chromium P*-DFARS 252.225-7000, Buy American Act�Balance of Payments Program Certificate C-DFARS 252.225-7001, Buy American Act and Balance of Payments Program C-DFARS 252.225-7031, Secondary Arab Boycott of Israel C-DFARS 252.225-7048, Export-Controlled Items. C-DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) C*-DFARS 252.232-7006 Wide Area Work-Flow Payment Instructions C-DFARS 252.232-7010, Levies on Contract Payments C-DFARS 252.244-7000, Subcontracts for Commercial Items P-DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea�Alt III C*-FAR 52.222-36, Equal Opportunity for Workers with Disabilities � � �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b60db9e984ee492e9a64fd534373ce90/view)
 
Place of Performance
Address: Fairchild AFB, WA 99011, USA
Zip Code: 99011
Country: USA
 
Record
SN06129783-F 20210914/210912230115 (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.