SOLICITATION NOTICE
72 -- Vertical Blinds
- Notice Date
- 7/20/2023 10:00:50 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337920
— Blind and Shade Manufacturing
- Contracting Office
- FA9302 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Solicitation Number
- F1S1AA3153A001
- Response Due
- 7/31/2023 1:00:00 PM
- Archive Date
- 08/15/2023
- Point of Contact
- Denina Solomon, Anne Beach
- E-Mail Address
-
denina.solomon@us.af.mil, anne.beach@us.af.mil
(denina.solomon@us.af.mil, anne.beach@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Background. The 412th Operations Support Squadron (OSS) is soliciting a small business set-aside, Request for Quote or RFQ for the selection of qualified and capable small businesses to provide Services for the installation and removal of Vertical Blinds Salient in the Aircrew Flight Equipment (AFE) section, Bldg. 1250. The preferred color is gray but any darker color that helps omit sunlight will help. The quantity and size dimensions are in the attached list (See Salient Characteristics List). (i) This is a combined synopsis/solicitation for commercial items prepared IAW the format in Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation for this requirement; quotations are being requested and a written solicitation will not be issued. (ii)� The solicitation number is F1S1AA3153A001 and 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 (FAC) 2023-04 effective 02 Jun 2023, DFARS Publication Notice (DPN) 20230709 effective 9 Jun 2023, and Air Force Acquisition Circular (DAFAC) 2023-0707, effective 07 Jul 2023. � (iv) This acquisition allows for a small business set-aside with an associated NAICS code of 337920 � Vertical Blinds Manufacturing, small business size standard of 1,000 employees. The associated Supply Code is 7230- Draperies, Awnings, and Shades. (v) The work consists of, but is not limited to, furnishing all labor, materials, equipment, and supervision required for the installation and removal of Vertical Blinds Salient in the Aircrew Flight Equipment (AFE) section, Bldg. 1250. The preferred color is gray but any darker color that helps omit sunlight will help. (See Salient Characteristics) (vi) Description of items to be Acquired: Graber Vertical Blinds Left Side: Signature Series: Vertical Group B G-71 and G-98 77� x 28� Qty: 6 ea. Signature Series: Vertical Group B G-71 and G-98 110� x 31 ��� Qty: 2 ea. Signature Series: Vertical Group B G-71 and G-98� 57 �� x 31 �� Qty: 3 ea. Signature Series: Vertical Group B G-71 and G-98� 139 �� x 31 ��� Qty: 1 ea. Signature Series: Vertical Group B G-71 and G-98� 109 �� x 31 ��� Qty: 2 ea. Right Side: Signature Series: Vertical Group B G-71 and G-98� 77� x 28� Qty: 4 ea. Signature Series: Vertical Group B G-71 and G-98� 109 �� x 31 ��� Qty: 2 ea. Signature Series: Vertical Group B G-71 and G-98� 110 1/8� x 31 ��� Qty: 1 ea. Signature Series: Vertical Group B G-71 and G-98� 57 �� x 27 ��� Qty: 1 ea. Signature Series: Vertical Group B G-71 and G-98� 57 �� x 28�� Qty: 2 ea Signature Series: Vertical Group B G-71 and G-98� 77� x 27 ��� Qty: 2 ea. Signature Series: Vertical Group B G-71 and G-98� 110 1/8� x 31 ���� Qty: 1 ea. Signature Series: Vertical Group B G-71 and G-98� 109 1/4� x 31 ��� Qty: 1 ea. Signature Series: Vertical Group B G-71 and G-98� 109 1/4� x 31 ��� Qty: 2 ea. Signature Series: Vertical Group B G-71 and G-98� 55 �� x 27 3/4�� Qty: 1 ea. Signature Series: Vertical Group B G-71 and G-98� 77� x 27 1/2�� Qty: 2 ea. Signature Series: Vertical Group B G-71 and G-98� 110� x 31 ��� Qty: 1 ea. Total Estimated Cost: $17,995.00 (vii) The Government Place of Performance is 412 OSS 235 S. Flightline Rd. Edwards AFB, CA 93524. All services and related supply requests shall be F.O.B. Destination-Edwards AFB, CA 93524. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.� Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, acquisition.gov. ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items Offerors shall prepare their quotations IAW FAR 52.212-1, (Note: Offerors may submit quotes via email, please note the maximum file size is 10MB.� Emails over this file size will not be received.) In addition the following information shall be included: 1.� Offeror Name 2.� Address��� 3. �CAGE Code �� 4.� Primary NAICS. 5.� Business Size and Socioeconomic Program (if applicable) (i.e. SDVOSB, etc.) small 6.� Payment Terms (net 30) or Discount �net 30 7.� Point of Contact & Phone Number 8.� Offeror Email address. 9.� A spreadsheet the breaks down the price elements 10. Technical and Company Capability: a. A technical and company capability narrative, not to exceed ten (10) pages, demonstrating firm�s capabilities to provide the services and full extent of items as outlined within the SOW. The narrative shall provide the Government with a reasonable assurance that the firm has the relevant capability required to meet or exceed the requirement; b. Brochures, lists and any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted. (ix) FAR 52.212-2 Evaluation � Commercial Items, is applicable to this RFQ.� ADDENDUM TO FAR 52.212-2 Evaluation Commercial Items The solicitation provides that quotations will be evaluated using Best Value to the Government. The award will be made on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability factor contains two non-cost subfactors: � The agency will first rank quotations according to price, from lowest to highest, and will evaluate the three (3) lowest-priced quotations as either technically acceptable or unacceptable, reserving the right to evaluate additional quotations for technical acceptability if deemed to be in the best interest of the government. Evaluation Factors: 1. Price 2.Technical Acceptability Technically Acceptable Subfactors: The Government will award a contract resulting from the RFQ to the responsible offeror whose quote is responsive to the RFQ, and considered to be the Best Value based on the criteria set forth above. (x)� Offerors must include with their quote a completed copy of the provision at FAR� 52.204-7 together with DFARS 252.204-7004 Alternate A, System for Award Management and FAR 52.212-3, Offeror Representations and Certifications�Commercial Items with Alternate 1, with their quote, unless this information has been submitted electronically as part of its annual representations and certificates at https://www.sam.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Dec 2022), applies. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jun 2023) applies. (xiii) This acquisition requires no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. Commercial interim and/or advance payments will not be made. (xiv) DPAS assigned rating is N/A. (xv)�QUOTES ARE DUE NO LATER THAN 1300 PST on 31 July 2023. (xvi)� Quotes shall be submitted electronically to denina.solomon@us.af.mil and anne.beach@us.af.mil. � The offeror agrees to hold the prices in its quote firm for 30�calendar days from the date specified for receipt of quotes. Proprietary information and trade secrets, if any, must be clearly marked on all materials.� All information received that is marked Proprietary will be handled accordingly.� Please be advised that all submissions become Government property and will not be returned.� All government and contractor personal reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423.� The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Any information provided is strictly voluntary. The government will not pay for information submitted in response to this synopsis/solicitation. Attachment: Salient Characteristics
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/af97d77cf7cc4190b6745af1d7d1edef/view)
- Record
- SN06757892-F 20230722/230720230056 (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 |