SOLICITATION NOTICE
J -- Fall Protection Certification
- Notice Date
- 11/29/2022 7:20:28 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- W7M8 USPFO ACTIVITY IAANG 185 SIOUX CITY IA 51111-1396 USA
- ZIP Code
- 51111-1396
- Solicitation Number
- W50S72-23-Q-7300
- Response Due
- 12/9/2022 11:00:00 AM
- Archive Date
- 12/24/2022
- Point of Contact
- Megan McCauley, Phone: 7122330514, Allison N. Harbit, Phone: 7122330512
- E-Mail Address
-
megan.mccauley@us.af.mil, allison.harbit@us.af.mil
(megan.mccauley@us.af.mil, allison.harbit@us.af.mil)
- Description
- This solicitation, W50S72-23-Q-7300, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-08, effective 28 October 2022. The Government intends to solicit and award to Tritech Fall Protection Systems, Inc. on a sole source basis.� See attached Justification and Approval for Other than Full and Open Competition.� The NAICS code applicable to this requirement is 811310 and the small business size standard is $8,000,000.00.� The following commercial item is requested in this solicitation: Required Line Items: 0001 � Fall arrest system certification service in accordance with performance work statement. (1 JOB) 0002 � Option Year 1: Fall arrest system certification service in accordance with performance work statement. (1 JOB) 0003 � Option Year 2: Fall arrest system certification service in accordance with performance work statement. (1 JOB) 0004 � Option Year 3: Fall arrest system certification service in accordance with performance work statement. (1 JOB) 0005 � Option Year 4: Fall arrest system certification service in accordance with performance work statement. (1 JOB) SUBMISSION REQUIREMENTS/RFQ TERMS: 1.� Offerors shall submit ALL of the following information with their quote on attached vendor information sheet. Company/Offeror Name: Company Tax ID Number: Company P.O.C: POC Phone Number: POC E-Mail: Cage Code or UEI Number: Net Payment Terms (Net 30, unless otherwise noted): 2. FAR and DFARS provisions/clauses incorporated into this RFQ and/or the resulting contract(s) are attached in full text provisions and clauses attachment. The full text of the referenced provisions/clauses may be found at http://www.acquisition.gov.� Vendors must submit the Representations and Certifications from, Full Text Provisions and Clauses, with their quote only if they differ from, or have not been completed within, their System for Award Management (SAM) profile. DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services Representation, and DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services, attached separately for submission convenience (FAR and DFARS Section 889 Representations). 3. Contractors must have an active System for Award Management (SAM) registration to be eligible for award. Register or check the status of your registration at http://www.sam.gov.� Please ensure your SAM profile reflects all socio-economic group(s) and NAICS Codes applicable to your business. If the NAICS code listed above is not included in your SAM profile, you must also complete the representations in FAR 52.219-1 and attach it to your quote. Contractors must submit invoices electronically using the Invoicing, Receipt, Acceptance, and Property Transfer (iRAPT) application within Wide Area Work Flow (WAWF) at https://wawf.eb.mil, and receive payment via Electronic Funds Transfer (EFT) to the bank account listed in their SAM profile. Please verify with your accounts receivable/billing department that they can comply with this billing method prior to submitting a quotation. 4. A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories: (A) Small business; (B) Service-disabled veteran-owned small business; (C) Women-owned small business (WOSB) under the WOSB Program; (D) Economically disadvantaged women-owned small business under the WOSB Program; or (E) Historically underutilized business zone small business. 5. Questions regarding this solicitation shall be emailed to MSgt Megan McCauley and 1st Lt Allison Harbit, no later than 11:00 AM Central on Tuesday, 6 Dec 2022. Questions and Answers will be consolidated into a single Q&A document on a non-attribution basis and posted to the solicitation. 6. Proposals are due at: 185ARW/MSC ATTN: MSgt Megan McCauley 2920 Headquarters Avenue Sioux City, IA 51111-1300. Proposals may be submitted by mail, hand delivered, or e-mail to megan.mccauley@us.af.mil� and allison.harbit@us.af.mil It is the vendor's responsibility to verify that quotes have been received at the Contracting Office prior to the due date and time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6eb34cb20367466b9665a2f6314b22d6/view)
- Place of Performance
- Address: Sioux City, IA 51111, USA
- Zip Code: 51111
- Country: USA
- Zip Code: 51111
- Record
- SN06529500-F 20221201/221129230106 (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 |