Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 20, 2022 SAM #7476
SOLICITATION NOTICE

66 -- Signal Light Gun

Notice Date
5/18/2022 12:49:07 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FA4625 509 CONS CC WHITEMAN AFB MO 65305-5344 USA
 
ZIP Code
65305-5344
 
Solicitation Number
FA462522Q1036
 
Response Due
5/24/2022 12:00:00 PM
 
Archive Date
06/08/2022
 
Point of Contact
Ruben Hilburn, Phone: 660-687-1172, Robert Lieder, Phone: 6606872945
 
E-Mail Address
ruben.hilburn.1.za@us.af.mil, robert.lieder.2@us.af.mil
(ruben.hilburn.1.za@us.af.mil, robert.lieder.2@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 the format in 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. The Request for Quotation (RFQ) number FA462522Q1036 shall be used to reference any written quote provided under this RFQ. The RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06; Effective 1 May 22. The North American Industry Classification System (NAICS) code for this project is 334511 with a size standard of 1250 Employees. This requirement is a Small Business Set-Aside and will be solicited through beta.sam.gov as a Firm Fixed Price contract. The purpose of this combined synopsis and solicitations for the purchase and delivery of a L20 Signal Light Gun Kits in accordance with the Salient Characteristics Document (atch 1). The bid schedule and contract CLIN schedule are below Item Description Qty Unit Unit Price Total Amount 0001 L20 Signal Light Gun Kits 2 Unit $ $ IAW attached salient characteristics found in Attachment 1 Ship to address: 770 Arnold Ave. Bldg 38, Room F101, Whiteman AFB, MO 65305 *FAR Provision 52.212-1, Instructions to Offerors � Commercial Items (Jun 2020) applies to this acquisition and the following addendum applies: The following words stating �offer�, �offeror�, and �proposal� are replaced with �quotation�, �vendor�, and �quote�. Paragraph (a) first sentence revised as follows: �The NAICS code and small business size standard for this acquisition appear above.� Paragraph (c) first sentence revised as follows: �The vendor agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the quote.� RFQ due date: _________24 May 2022___________ RFQ due time: 2:00 P.M. CST Email to A1C Ruben Hilburn at ruben.hilburn.1.za@us.af.mil THIS MUST BE SENT TO 509CONS.SOLLGCB@US.AF.MIL AS STATED BELOW. ANYTHING OTHERWISE CAN AND WILL BE CONSIDERED NONRESPONSIVE. YOU MAY WISH TO PLACE A READ/DELIVERY RECEIPT. Note: .zip files are not an acceptable format for the Air Force Network and will not go through our email system. All questions regarding this RFQ must be email to ruben.hilburn.1.za@us.af.mil by 2:00 P.M. CST on 24 May 2022. Please provide the following information with your quote: Company Name: _________________________________ DUNS Number: __________________________________ Cage Code: ______________________________________ *Number of Employees_____________________________ *Total Yearly Revenue______________________________ *Information required determining size of business for the NAICS reference above Estimated Delivery Time: _____________________ Payment Terms: _____________________________ Warranty: __________________________________ All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ at the time of proposal submission to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award. Contractor�s must ensure that they have filled out �Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment� (Oct 2020) in paragraph (d) Representation, of the provision at 52.204-24. Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Vendor�s submissions will be evaluated based upon the following: (1) Technical: To be eligible for award, the submitted quote must be rated as technically acceptable. In order to be deemed technically acceptable, the following evaluation criteria must be met: List the items: Must meet all aspects of the Salient Characteristics document on Attachment 1. (2) Price: Award will be made to the lowest priced technically acceptable vendor. Include descriptive literature such as illustrations and drawings. Note: The vendor acknowledges that should the quote terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract. All FAR and DFARS provisions and clauses appropriate to this action are in Attachment 2 - Provisions and Clauses The following AFFARS clauses are applicable to this solicitation: 5352.201-9101, Ombudsman (2019-10)* The full text of these clauses and (*) provisions may be assessed electronically at the website: acquisition.gov. NOTE: ALL PROVISIONS WILL BE REMOVED AT TIME OF AWARD BUT SHALL REMAIN PART OF THE CONTRACT FILE. Attachment 1 � Salient Characteristics Attachment 2 � Provisions and Clauses
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/017c0bf070804e84a4ae6ba4639a79fb/view)
 
Place of Performance
Address: Whiteman AFB, MO 65305, USA
Zip Code: 65305
Country: USA
 
Record
SN06331329-F 20220520/220518230101 (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.