Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 28, 2024 SAM #8310
SOLICITATION NOTICE

49 -- 200 RHS Tire Machine

Notice Date
8/26/2024 5:49:08 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333310 —
 
Contracting Office
W7NU USPFO ACTIVITY OHANG 179 MANSFIELD OH 44903-8049 USA
 
ZIP Code
44903-8049
 
Solicitation Number
W50S8R24R5045
 
Response Due
8/27/2024 10:00:00 AM
 
Archive Date
09/11/2024
 
Point of Contact
Jeffrey Snyder, Phone: 4195206542, CASITY SCHAG
 
E-Mail Address
jeffrey.snyder.20@us.af.mil, casity.schag@us.af.mil
(jeffrey.snyder.20@us.af.mil, casity.schag@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 0001 - Due Date Extension and updated characteristics 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-5045 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 2024-06. This solicitation is set-aside 100 percent for Small Business. The NAICS code that applies is 333310 and business size is 1,000 employees. This action will result in a FFP purchase order, utilizing simplified acquisition procedures under Full and Open competition after Exclusion of Sources. The 179th Cyberspace Wing requires one heavy duty tire changer as outlined below. CLIN Qty Description 0001 1 EA Single Heavy Duty Tire Changer Salient Characteristics: *230 volts 3 Phase *Tire diameter - must be capable of handling all tire diameters from 18"" - 95"" *Tire width - must be capable of handling all rim widths from 9"" - 51"" *Rim diameter without clamp extensions - must be capable of handling all rim diameters from 14""-46"" *Rim diameter with clamp extensions- must be capable of handling rim diameters from 47"" - 56"" *Footprint requirements: No greater than the following due to shop space: 9ft. 6in. w x 7ft. d x 6ft. 6in. h *Hydraulic pump motor - must be a minimum of 1.5 hp. *Gear box motor - must be a minimum of 2.9 hp. Delivery to 2404 N. Airport Road, Mansfield, Ohio 44903-8049 utilizing FOB Destination. ***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 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. Best value is expected to result from the evaluation of technical acceptability, price, delivery, and information contained in the Supplier Performance Risk System (SPRS). 2 EVALUATION FACTORS FOR AWARD: The evaluation factors are (1) Technical, (2) Price, (3) Delivery, and (4) SPRS. To arrive at a Best Value decision, the Contracting Officer will integrate the evaluation of Technical, Price, Delivery, and SPRS. Technical Evaluation. Technical Capability will be evaluated on an Acceptable/Unacceptable basis. 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 description outlined below. Quotes are evaluated for acceptability, but not ranked using the non-price factors/subfactors. Technical Documentation: Provide a product specification sheet, adequate enough for the government to evaluate that proposed product meets all requirements of the RFQ. Offerors will be deemed technically acceptable if the quoted product meets all RFQ requirements. Price. The total quoted price from offerors determined technically acceptable will be evaluated. Delivery. Delivery terms contained in the offer will be evaluated. In general, quicker lead times are considered more favorable to the Government. SPRS. The Government shall utilize information contained in SPRS, if available, as described in 52.204-7024. Offerors or quoters without a risk assessment in SPRS shall not be considered favorably or unfavorably. 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. 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. (End of provision) All offers must include a detailed description sufficient to confirm compliance with above technical criteria. Offers are due by 10:00 A.M. EST 26 August 2024: email casity.schag@us.af.mil and jeffrey.snyder.20@us.af.mil List of Attachments: Attachment 1: Provisions and Clauses
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ef6f9a5789874a80a6b9f4980e653d1d/view)
 
Place of Performance
Address: Mansfield, OH 44903, USA
Zip Code: 44903
Country: USA
 
Record
SN07186254-F 20240828/240826230124 (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.