Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 04, 2022 SAM #7583
SOLICITATION NOTICE

71 -- AFE Rigging Loft Vertical Storage

Notice Date
9/2/2022 3:28:55 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
FA4877 355 CONS PK DAVIS MONTHAN AFB AZ 85707-3522 USA
 
ZIP Code
85707-3522
 
Solicitation Number
FA487722QU027
 
Response Due
9/12/2022 12:00:00 PM
 
Archive Date
09/27/2022
 
Point of Contact
Erik Johnson, Phone: 5202282377, Josh Lewis, Phone: 5202285484
 
E-Mail Address
erik.johnson.13@us.af.mil, joshua.lewis.44@us.af.mil
(erik.johnson.13@us.af.mil, joshua.lewis.44@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICIATION �COMBO�: HANEL LEAN LIFTS (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; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation FA487722QU027 is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07 effective 10 August 2022. The DFARS provisions and clauses are those effective 23 June 2022. The AFFARS provisions and clauses are those in effect to AFAC 2022-0701 effective 1 July 2022.� (iv) This requirement is a total small business set-aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 337215 with a small business size standard of 500 employees. (v) The Pricing Schedule is incorporated below. Offeror shall complete below table and any other documentation/data as required by this Combo. (vi) The Government intends to award a firm-fixed price contract for the following: The contractor shall provide Four (4) Hanel Lean Lift #2460-825 along with installation and set-up (see attached statement of work). 0001 Hanel Lean Lift #2460-825 (4 Each) 0002 Fire Sprinklers for Lifts (Each) 0003 Rubber tray liners for Lift Trays (112 Each) 0004 Installation (1 Each) (vii) �Quotes are due by 7 September 2022 by 10:00AM PST.� (viii) See provision and clauses attachment for 52.212-1 Instructions to Offerors.� (ix)� 52.232-18�Availability of Funds� Funds are not presently available for this contract. The Government�s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (x) FAR 52.212-2 Evaluation -- Commercial Products and Commercial Services (Nov 2021) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda: (a) 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: � (i) technical capability of the service offered to meet the Government requirement; (ii) price; The lowest priced offer will be evaluated for technical acceptability.� If found technically acceptable award will be made without further consideration.� If found technically unacceptable the government will evaluate the next lowest offer for technical acceptability until award can be made to the lowest priced technically acceptable offeror.� Past Performance will not be evaluated.� 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. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. This will be a lowest price technically acceptable purchase. Technical acceptability � at a minimum � will consist of meeting all characteristics, including those above and all items listed in Attachment 1 (Performance of Work Statement). (xi) Each offeror shall include a completed copy of the provision at FAR 52.212-3 and Alternate I, Offeror Representations and Certifications--Commercial Items (Nov 2021) (xii) The clause at FAR 52.212-4, Contract Terms and Conditions � Commercial Items (Nov 2021), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xiii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders � Commercial Products and Commercial Services (Jan 2022), is hereby incorporated by reference, with the same force and effect as if it were given in full text. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://acquisition.gov Additionally, the provisions and clauses included in Attachment 1 apply to this acquisition (xiii) Quotations shall be submitted to TSgt Erik Johnson via email at erik.johnson.13@us.af.mil, SSgt Josh Lewis via email at joshua.lewis.44@us.af.mil and Ryan Olson at ryan.olson.10@us.af.mil. �For information regarding this solicitation, contact TSgt Erik Johnson at (520) 228-2377. CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTS Atch #:����������� Item Description:����������������������������������������������������������������� ����������������������������������������������� ������ 1���� ����������� Provisions and Clauses�� ����������������� ����� 2���������������� Statement of Work (SOW) ����
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6d7f67cb544641bbbf304ae15cfb0b80/view)
 
Place of Performance
Address: Tucson, AZ 85707, USA
Zip Code: 85707
Country: USA
 
Record
SN06452395-F 20220904/220902230128 (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.