Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 14, 2024 SAM #8296
MODIFICATION

16 -- Brand Name - ARES II BATTERY COVER / AIR FILTER

Notice Date
8/12/2024 3:14:46 PM
 
Notice Type
Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FA4877 355 CONS PK DAVIS MONTHAN AFB AZ 85707-3522 USA
 
ZIP Code
85707-3522
 
Solicitation Number
FA487724QA337
 
Response Due
8/19/2024 11:00:00 AM
 
Archive Date
09/03/2024
 
Point of Contact
Jonathan Turk, Phone: 5202282213, Adam Lynn, Phone: 5202284183
 
E-Mail Address
jonathan.turk@us.af.mil, adam.lynn@us.af.mil
(jonathan.turk@us.af.mil, adam.lynn@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � SOLICITATION � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �RFQ #FA487724QA337 � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Larsen and Brusgaard ALFA ARES II Altimeter Cover/Filters This is a solicitation for commercial items prepared in accordance with FAR Pt 13 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. Solicitation FA4877?24?Q?A337 is issued as a Request for Quotation (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2024-05 effective 05/22/2024, The DFARS provisions and clauses are those effective 07/29/2024, The AFFARS provisions and clauses are those effective 07/12/2024. This procurement is being issued as a Total Small Business set?aside. The North American Industry Classification System Code is 334511 with a size standard of 1,350 employees. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. Davis?Monthan Air Force Base intends to award a firm?fixed price contract for the following: CLIN 0001: ALFA ARES II BATTERY COVER w/ AIRFILTER QTY: 300 EA (see attached Salient Characteristics for additional details) The government will place an order with the offeror whose quote meets lowest price and technical acceptability. Technical acceptability is defined and referred to within this solicitation document as the offeror�s capability statement to meet the defined salient characteristics of the service. Important Dates/Times (All Times are Pacific Daylight Time): All questions must be submitted by email no later than 16 August 2024, Noon. All quotes must be submitted by email no later than 19 August 2024, Noon. It is the responsibility of the offeror to review the posting for any changes or amendments that may occur concerning this RFQ. It is the responsibility of the offeror to ensure all quotes and/or questions are submitted in a timely manner by specified due date. Point of Contacts: Primary: Jonathan Turk, Jonathan.Turk@us.af.mil, 520?228?3038 Alternate: Adam Lynn, adam.lynn@us.af.mil, 520?228?3038 Attachments: Provisions and Clauses Brand Name Justification � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �5352.201-9101 ACC �OMBUDSMAN (JUL 2023) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/FLDCOM/DRU/DAFRCO ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/FLDCOM/DRU ombudsman level, may be brought by the interested party for further consideration to the Department of the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. The ombudsman has no authority to render a decision that binds the agency. Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer. � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �(End of clause) � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �52.212?2 �Evaluation�Commercial Products and Commercial Services (Nov 2021) (a) The Government will evaluate offers submitted in response to this solicitation and award a contract to the responsible offeror whose proposal is deemed most advantageous to the Government, considering both price and other relevant factors. The evaluation of offers will be based on the following criteria: Technical Capability: The extent to which the offered service meets the specific requirements of the Government. Price: �� The total cost �� proposed by the offeror for the required service. The lowest-priced offer will be evaluated first for technical acceptability and overall value to the Government. If the lowest-priced offer is found to be technically acceptable and offers the best value, the contract will be awarded to that offeror without further consideration. However, if the lowest-priced offer is found to be technically unacceptable, the Government will evaluate the next lowest offer in terms of technical acceptability until a contract can be awarded to the lowest-priced offeror that meets the technical requirements. Evaluation of past performance will not be conducted as part of this solicitation. Therefore, offerors are advised to present their best terms concerning price and technical capabilities in their initial offers. The Government, however, reserves the right to engage in discussions with offerors if deemed necessary by the Contracting Officer at a later stage. Offers that fail to provide required representations or essential information, or those that reject the terms and conditions of the solicitation, may be excluded from further consideration during the evaluation process. � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �(End of provision)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/af0323b58c7c4511a1198db76e74cc57/view)
 
Place of Performance
Address: Tucson, AZ 85707, USA
Zip Code: 85707
Country: USA
 
Record
SN07165699-F 20240814/240812230111 (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.