SOLICITATION NOTICE
41 -- 40 Ton Chillers
- Notice Date
- 5/12/2022 8:06:22 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- FA9302 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Solicitation Number
- F1S0AX2109A001A
- Response Due
- 5/18/2022 4:00:00 PM
- Archive Date
- 06/02/2022
- Point of Contact
- Denina Solomon, Falilou T. Diouck, Phone: 6612778454
- E-Mail Address
-
denina.solomon@us.af.mil, falilou.diouck@us.af.mil
(denina.solomon@us.af.mil, falilou.diouck@us.af.mil)
- Description
- (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; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for requirement. (ii) Solicitation Number: F1S0AX2109A001� **Please provide the full solisitation number on all packages** Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote including delivery FOB Destination Edwards AFB CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers: oral offers will not be accepted. This solicitation is issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2022-06 and DPN 20220428 and AFAC 2021-0726. (iv)� THIS REQUIREMENT WILL BE: �Total Small Business Set-Aside�. The North American Industry Classification System (NAICS) number for this acquisition is 333415, PSC Code 4130, with a sizestandard of 750 employees. (v)� � CLIN Nomenclature CLIN 0001 � Two (2) ea., 40 Ton Chillers Part Number CGAM040F2 �(See Attached Salient Characteristics) (vi)� � �Description of items to be Acquired: The Air Force Test Center (AFTC), Edwards Air Force Base (EAFB), CA is requesting the acquisition of an 40 Ton Chiller(s).� (vii)� � �Delivery Date: TBD, (viii)� ��Government Furnished Property (GFP) is not being authorized for this requirement. FOB: DESTINATION � Ship to: POC: Aron Spears 412 EWG/EWBA 30 Hoglan Ave Bldg 1030 Edwards AFB, CA 93524 *Any/all delivery charges must be included in the quote for FOB Destination. PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: 1.DUNS Numbers: 2.TIN Number: 3.CAGE Code: 4.Contractor Name: 5.Payment Terms (net30) or Discount: 6.Point of Contact and Phone Number: 7.Email address: 8.FOB (destination or origin): 9.Delivery criteria: 10.Warranty: 11.Date Offer Expires: (ix) The provision at FAR 52.212-2, Evaluation�Commercial Items (Oct 2014) applies to this acquisisiton. ADDENDUM to FAR 52.212-2, Evaluation�Commercial Items (Oct 2014). 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: Price Technical capability of the item offered to meet the Government; (Your quote package MUST clearly show and demonstrate your company�s ability to meet the stated requirements outlined in the Product Specifications.� Failure to provide enough information will result in a determination of quote being unresponsive to the solicitation.) This will be awarded to the Lowest Price Technically Acceptable Offeror.� In order to be found technically acceptable the quote must demonstrate the contractor�s ability to provide the product and related service as outlined in the Product Specifications attachment.� In addition, the Program Manager will evaluate quotes to determine technical acceptability.� It is a pass/fail basis.� If a quote fails, it will be determined to be not technically acceptable.� Quotes will be reviewed in sequence with the lowest priced offer being evaluated first.� All offers will be evaluated on their proposed Total Price.� If the initial lowest price is found to be technically acceptable, award will be made to that vendor.� Only one award will be made under this solicitation. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items (Oct 2018), with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018), applies to this acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Oct 2019), applies to this acquisition. Only the offeror who best meets the government�s needs will be awarded. (xiii) Additional Contract Requirement or Terms and Conditions: The following is a contemplated list of provisions/clauses; the final list of clauses is dependent upon actual dollar value of the contract award and may change from the list provided below. Full text clauses can be accessed via http://farsite.hill.af.mil. PROVISIONS FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017) FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporation (Nov 2015) FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) CLAUSES � 52.203-15�� Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009�(Jun 2010) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-10 Reporting Executive Compensation and First-Tier (Oct 2018) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed by Kaspersky Lab and Other Covered Entities (Jul 2018) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Equipment (Aug 2019) 52.212-3 Offeror Representations and Certifications -- Commercial Items (Feb 2021) 52.212-3 Alt 1 All Solicitations over the micro-purchase threshold for DoD, NASA, CG purchases (Use 52.212-3 with its Alternate I). (Oct 2014) 52.212-4 Contract Terms and Conditions -- Commercial Items (Nov 2021) 52.215-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (May 2022) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2019) DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.211-7003 Item Identification and Valuation (Mar 2016) DFARS 252.223-7008 Prohibition on Hexavalent Chromium (Jun 2013) DFARS 252.225-7012 Preference for Certain Domestic Commodities (Dec 2017) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.244-7000 Subcontracts for Commercial Items (Jan 2021) DFARS 252.247-7023 Transportation of Supplies by Sea (Feb 2019) AFFARS 5352.201-9101 Ombudsman (Oct 2019) AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) AFFARS 5352.223-9001 Health & Safety on Government Installations (Oct 2019) AFFARS 5352.242-9000 Contractor Access to the Air Force Installations (Oct 2019) (xiv) Defense Priorities and Allocation System (DPAS) �Interested�parties who believe they can meet this requirement described in this solicitation are invited to submit in writing a complete quote, including delivery FOB Destination (Edwards AFB, CA 93524). Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this solicitation. The following provisions and clauses apply:� The following factor shall be used to evaluate offers: technically acceptable is meeting all minimum salient characteristics; Offers are due to Air Force Test Center (AFTC), Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA 93524, no later than�18 May 2022 at 4:00 p.m. PST. All offers are to be sent via email to denina.solomon@us.af.mil and falilou.diouck@us.af.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2b8af846ba8642b884e787592d1c2280/view)
- Record
- SN06325697-F 20220514/220512230106 (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 |