Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2024 SAM #8326
SOLICITATION NOTICE

D -- 36 CES/CEF NICE Recorder Support Services (Motorola)

Notice Date
9/11/2024 4:54:11 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
FA5240 36 CONS LGC APO AP 96543-4040 USA
 
ZIP Code
96543-4040
 
Solicitation Number
FA524024Q3008
 
Response Due
9/22/2024 11:00:00 PM
 
Archive Date
10/08/2024
 
Point of Contact
Coree Asprer, Phone: 6713666620, Philip Gray, Phone: 6713663472
 
E-Mail Address
coree.asprer.1@us.af.mil, philip.gray.2@us.af.mil
(coree.asprer.1@us.af.mil, philip.gray.2@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 services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations/offers are being requested and a written solicitation will not be issued. The Request for Quotation (RFQ) number FA524024Q3008 shall be used to reference any written quotation/offer provided under this notice. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2024-06; effective August 29, 2024. This requirement is a 100% Small Business set-aside under North American Industry Classification System (NAICS) 811210 - Electronic and Precision Equipment Repair and Maintenance, contractors with a size standard of $34M.� The purpose of this notice is to establish a firm-fixed-price contract for NICE Recorder Support Services IAW the Performance Work Statement (PWS) Attachment 1, dated September 2024.� The Period of Performance shall be one (1) Base Year of no more than twelve (12) months and four (4) option years of no more than twelve (12) months. Base Year: NTE 12 MONTHS after CONTRACT AWARD DATE Option Year 1: NTE 2 MONTHS Option Year 2: NTE 12 MONTHS Option Year 3: NTE 12 MONTHS Option Year 4: NTE 12 MONTHS Place of performance: Andersen Air Force Base, Guam; Primary Emergency Control Center (Building 23020) and Alt ECC (Building 20001) The following provisions and clauses apply to this acquisition and can be viewed in full text via the internet at https://www.acquisition.gov in accordance with 52.252-1, Solicitation Provisions Incorporated by Reference and 52.252-2, Clauses Incorporated by Reference.� Refer to Attachment 6 for a listing of applicable provisions and clauses. The FAR provision at 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services applies to this acquisition to include the addendum found in Attachment 4 � Additional Instructions to Offerors. The FAR provision at 52.212-2 Evaluation�Commercial Items applies to this acquisition to this acquisition to include the addendum found in Attachment 5 � Evaluation Criteria. FAR 52.212-3, Offeror Representations and Certifications � Commercial Items applies to this acquisition. The contractor must have a valid Representations and Certifications filed in the System for Award Management (SAM) and furnish the Government a completed copy of the record with its offer. The FAR clause at�52.212-4, Contract Terms and Conditions � Commercial Products�and�Commercial Services, applies to this acquisition. The FAR clause at�52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products�and�Commercial Services, applies to this acquisition.� All companies must be registered in the System for Award Management at https://sam.gov/content/home �to be considered for award.� Questions regarding this announcement must be submitted in writing via email to coree.asprer.1@us.af.mil and� philip.gray.2@us.af.mil no later than �17 September 2024, 4:00 P.M. ChST. Request For Quotation (RFQ) closing date and time: No later than 23 September 2024; 4:00 P.M. Chamorro Standard Time (ChST) Quotations/Offers must conform to the requirements in this announcement and that of Attachment 4, Instructions to Offerors. Quotations/offers shall be submitted via email coree.asprer.1@us.af.mil and philip.gray.2@us.af.mil. Pursuant to FAR 12.602, contract award will be made using Simplified Acquisition Procedures IAW FAR 13.106. The Government intends to award a contract resulting from this notice to the responsible offeror whose quotation/offer conforming to the notice will be most advantageous to the Government.� Attachments:�� Attachment 1 � Performance Work Statement (PWS) Attachment 2 � Mandatory Pricing Sheet Attachment 3 � Wage Determination Attachment 4 � Additional Instructions to Offerors Attachment 5 � Evaluation Criteria Attachment 6 � Clauses & Provisions Attachment 7 � Past Performance Fact Sheet Attachment 8 � Past Performance Questionnaire Attachment 9 � Justification and Approval (J&A) for Other Than Full and Open Competition
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9aef91d52ad945a8a1fe47be77da9f3a/view)
 
Place of Performance
Address: Yigo, GU 96929, USA
Zip Code: 96929
Country: USA
 
Record
SN07206851-F 20240913/240911230118 (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.