SOLICITATION NOTICE
61 -- 100 Kilowatt Outdoor Resistive Load Bank
- Notice Date
- 3/14/2024 8:29:12 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- W7NU USPFO ACTIVITY OHANG 179 MANSFIELD OH 44903-8049 USA
- ZIP Code
- 44903-8049
- Solicitation Number
- W50S8R24R5007
- Response Due
- 3/21/2024 10:00:00 AM
- Archive Date
- 04/05/2024
- Point of Contact
- Jeffrey Snyder, Phone: 4195206542
- E-Mail Address
-
jeffrey.snyder.20@us.af.mil
(jeffrey.snyder.20@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. This solicitation W50S8R-24-R-5007 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03. This solicitation is set-aside 100 percent for Small Business. The NAICS code that applies is 335999 and business size is 600 employees. This action will result in a FFP purchase order, utilizing simplified acquisition procedures. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to deliver the following item: CLIN 0001 � 100 Kilowatt Outdoor Resistive Load Bank (UL/cUL certified) � Qty 1 EA Minimum Salient Characteristics Load Step Resolution: 5 kW 208 VAC, 3 Phase, 60 Hz Factory bus wired integrally mounted blower motor; direct drive fan for cooling Control Panel: manual toggle with individual load selection Integral control power transformer for control circuit operation Control panel in NEM 4 Type LOCAL enclosure mounted and wired on load bank Digital monitoring system that monitors: volts, amps, frequency, & kilowatts.� Must have real time data and logging software provided Load bank to automatically adjust to maintain minimum load Include loose current transformer Location - 1947 Harrington Memorial Drive, Mansfield, Ohio 44903 utilizing FOB Destination. Transmittal and Cover Letter The offeror�s transmittal and cover letter for the quote must contain the name, phone number, and email address of the person to be contacted concerning any matter related to this solicitation.� Include the following information in your quote: CAGE Code and Unique Entity ID Company Name, mailing address, & website Date submitted and quote expiration date Delivery time Evaluations factors will be Best Value determination by evaluation of Responsiveness, Technical, and Price. ***Offerors shall include with their proposal a filled out 52.204-24 representation.*** ADDENDUM TO 52.212-2 1 BASIS FOR CONTRACT AWARD: This solicitation is for a Firm Fixed Price Contract. The Government intends to award a single contract to a qualified Small Business Offeror deemed responsible in accordance with the Federal Acquisition Regulation (FAR), whose quote conforms to all solicitation requirements and is judged to represent the Best Value to the Government in accordance with the evaluation scheme set out in this solicitation. The award will be made based on the lowest price, technically acceptable offer IAW FAR 15.101-2. Best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price, with appropriate consideration given to the three (3) evaluation factors: Responsiveness, Technical, and Price. 2 EVALUATION FACTORS FOR AWARD: The evaluation factors are (1) Responsiveness, (2) Technical and (3) Price. To arrive at a Best Value decision, the Contracting Officer will integrate the evaluation of Responsiveness, Technical and Price as set out in the solicitation. The overarching evaluation approach for all factors and subfactors is to determine the acceptability of the response. The quote will be evaluated to determine whether each requirement has been addressed in the quote in order to meet the acceptability standards described in the solicitation. (a) Responsive Offerors. Initially, the government shall evaluate the quote on a pass/fail basis. The quotes shall be evaluated on whether offerors have submitted a complete package to include: Technical Documentation: Provide a detailed product specification sheet, adequate enough for the government to evaluate the quoted product with required salient characteristics stated in this solicitation. RESPONSIVE OFFEROR RATING Rating Description PASS Offeror has returned a complete proposal package. FAIL Offeror has NOT returned a complete proposal package. (b) Technical Evaluation. Technical Capability will be evaluated on an Acceptable/Unacceptable basis utilizing the product specifications provided to the Government.� To be determined Technically Acceptable, the offerors quoted product must meet all required characteristics. An offeror shall obtain an �Acceptable� rating to continue further in the competition. Offerors who are deemed to merit an �Unacceptable� rating in the Technical Capability Factor will be removed from further consideration for award. Once the minimum requirements are established, the team shall evaluate the offeror's quote against these requirements to determine whether the quote is acceptable or unacceptable, using the ratings and descriptions outlined herein. Quotes are evaluated for acceptability, but not ranked using the non-price factors/subfactors. In order to be considered awardable, there must be an ""acceptable"" rating in every non-price factor/subfactor. (c) Price. The total quoted price from offerors determined both responsive and technically acceptable will be evaluated and award will be made to the lowest evaluated price.� (End of provision) For more information regarding this solicitation please contact MSgt Jeffrey Snyder via email at jeffrey.snyder.20@us.af.mil Offers are due by 1:00 P.M. EST 21 March 2024: email jeffrey.snyder.20@us.af.mil List of Attachments: Attachment 1: Clauses and Provisions
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/de216723fa504db88573357fea4027ef/view)
- Place of Performance
- Address: Mansfield, OH 44903, USA
- Zip Code: 44903
- Country: USA
- Zip Code: 44903
- Record
- SN06997652-F 20240316/240314230055 (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 |