SOLICITATION NOTICE
63 -- Weapons Generation Facility - Rapiscan ORION 920DX
- Notice Date
- 9/17/2024 2:32:08 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- FA4613 90 CONS PK FE WARREN AFB WY 82005-2860 USA
- ZIP Code
- 82005-2860
- Solicitation Number
- FA461324Q1066
- Response Due
- 9/23/2024 10:00:00 AM
- Archive Date
- 10/08/2024
- Point of Contact
- Kamary Williams, Phone: 3077732454, Lou Bustillo, Phone: 3077734751
- E-Mail Address
-
kamary.williams@us.af.mil, maria_lourdes.bustillo@us.af.mil
(kamary.williams@us.af.mil, maria_lourdes.bustillo@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Combined Synopsis/Solicitation �Solicitation Number: FA461324Q1066 Purchase Description: WGF X-Ray Machines NOTICE TO OFFEROR: Funds are not presently available for this effort. No award will be made until funds are available. The Government reserves the right to cancel this request for quotes, either before or after the closing date. In the event the Government cancels this request for information, the Government has no obligation to reimburse an offeror for any costs. � This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the SAM.gov as a Total Small Business Set Aside and as Brand Name Only procurement. The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461324Q1066, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 334511 � Search, Detection, Navigation, Guidance, Aeronautical and Nautical System and Instrument Manufacturing, with a Small Business Size Standard of 1350 employees. The Government intends to award a Firm Fixed-Price contract. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation FAC Number 2024-06 effective 29 August 2024, Defense Federal Acquisition Regulation Supplement Change Number DFARS Change 08/15/2024 and Department of the Air Force Federal Acquisition Regulation Supplement Change Number DAFAC 2024-0612 effective 6/12/2024. DESCRIPTION OF ITEMS/SERVICE: All CLINs F.O.B. Destination. Two (2) each RAPISCAN ORION 920DX X-ray Inspection System The contractor shall furnish, deliver, install, and train Security Forces personnel on the operation and authorized maintenance of the two Rapiscan Orion 920DX X-Ray Inspection Systems. The contractor shall provide ALL items in accordance with (IAW) Attachment 3, Statement of Work (SOW). ALL costs, direct and indirect, including, but not limited to, shipping, delivery, installation, training, warranty, etc. IAW the SOW must be included in the quoted price. CLIN 0001:���� Brand Name Only RAPISCAN ORION 920DX Quantity:�� 2�� ������������������������ Unit of Issue:��� EACH�� Unit Price: $ ___________���� Extended Price (Qty X Unit Price) $ _________________�� LIST OF ATTACHMENTS: Attachment 1 � Clauses and Provisions Attachment 2 � Supplemental Clauses Attachment 3 � Statement of Work (SOW) Attachment 4 � Offeror Response Form � Attachment 5 - Brand Name Justification PLACE OF DELIVERY: 1100 Cheyenne Road, Bldg 1100, Francis E. Warren AFB, WY 82005 DELIVERY DATE(S): Project to be completed 120 days after contract award. QUOTES: Responses/quotes MUST be received no later than Monday, 23 September 2024 at 11:00 am MT (Mountain Time) in order to be considered timely. Forward responses by e-mail to kamary.williams@us.af.mil and�maria_lourdes.bustillo@us.af.mil. Any quote, modification, or revision of a quote received after the exact time specified in this solicitation shall be determined as late and may not be considered. **The contractor must submit specification sheets and pictures with their quote.** OTHER INFORMATION: Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at time of submission of quote. Failure to do so will result in the offer being deemed ineligible for award.� This is a notice that this order is an open market requirement for brand name RAPISCAN ORION 920DX X-ray Inspection System.� This acquisition is a Total Small Business Set-Aside and posted in SAM.gov. Only quotes submitted by businesses holding NAICS Code 334511 will be accepted by the Government. BRAND NAME ONLY - This requirement is for two (2) each RAPISCAN ORION 920DX. �All other items that are not compliant or not in accordance with (IAW) Attachment 3, Statement of Work will not be accepted. Interchanges. The government intends to award a purchase order without interchanges with respective vendors/quoters. The government, however, reserves the right to conduct interchanges if deemed in its best interest. Under appropriate circumstances, interchanges can be an effective method to improve the Government's evaluation of Offerors' quoted approaches and may reduce acquisition cycle time. Interchanges may be written, email, phone call, etc., or any method which would accurately capture the contemporaneous sharing of information between the Government and the Offerors. Interchanges may also be oral conversations between the Government and the Offerors. Delivery/Assembly. All delivery, assembly and installation will be performed IAW Attachment 3, SOW. �All work shall be completed within 120 days after contract award. INSTRUCTIONS TO OFFERORS: Offerors shall comply with FAR 52.212-1 Instructions to Offerors � Commercial Products and Commercial Services (Sep 2023) FAR 52.212-1 is hereby tailored as follows: Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1. After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate. The term �offeror� or �offer� as used in FAR 52.212-1 shall be understood to mean �quoter� and �quote,� respectively. Further, the term �award� shall be understood to describe the Government�s issuance of an order. The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable, therefore, ineligible for award. Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows: In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission: Completed copy of Attachment 4 � Offeror Response Form Delivery time with installation & training, ALL work shall be completed within 120 days after contract award IAW Attachment 3, SOW. Firm Fixed Pricing to include Unit Price and Extended Price Quote must identify the make and model for CLIN 0001 and place of manufacturer. Quote must include specification sheets, pictures and literature listing product description. Salient characteristics must meet specifications stated in the SOW. Quote must include warranty information. Warranty service shall include on-site repair with 72-hour response time, all parts, labor and replacements, as necessary. Price must include ALL materials, labor, tools, equipment, shipping, ALL direct/ indirect costs to complete the requirement IAW with Attachment 3, SOW. EVALUATION: ADDENDUM TO FAR 52-212-2 EVALUATION�COMMERCIAL ITEMS (Nov 2021) Paragraph (a) is hereby replaced with the following: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes that do not include all requested information in FAR 52.212-1 stated above will be considered nonresponsive, therefore, not eligible for award. Award will be made to the responsible offeror with the lowest priced technically acceptable (LPTA) quote. The following factor(s) shall be used to evaluate offers: 1. Technical Capability: items meet the Government requirement/specifications IAW Attachment 3, Statement of Work and FAR 52.212-1 stated above. If all requested information is not provided or does not meet the requirements identified, the Government will determine the quote to be nonresponsive, therefore, not eligible for award. 2. Price: The lowest priced quote will be evaluated for technical acceptability first. The Government will evaluate quotes for acceptability but will not rank the quotes by non-price factors. If the Government receives fewer than three (3) quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives three (3) or more quotes, the Government will only select the three (3) lowest priced quotes to evaluate for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government�s best interest to do so. Price will be evaluated to ensure fair and reasonable pricing. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. Some of those techniques are, but not limited to, comparison of quoted prices received in response to the solicitation and/or comparison of quoted prices with the Independent Government Estimate. Prices must be determined fair and reasonable. No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. 3. Additional Evaluation Factors: 3.1 Products can only be sourced from countries listed at DFARS 225.872-1 or the USA. Contractor should verify place of origin of all equipment/components prior to installation. ALL proposed equipment should be compliant with the Buy American Act. 3.2 Contractor shall provide a breakdown of the equipment to be installed, as well as subsequent data sheets and documentation to further explain the capabilities of the equipment. 3.3 All licensing associated with the system/equipment shall be perpetual; no licensing fees or reoccurring costs should be part of the system/equipment. 3.4 The Contractor must be a United States (U.S.) company.� 3.5 The Contractor shall provide a one (1)-year workmanship warranty and all manufacturer�s equipment warranties, which begins from government acceptance date.� Warranty service shall include on-site repair with a 72-hour response time, all parts, labor, and replacemenst, as necessary. 3.6 The Contractor shall warrant the entire product and workmanship. Faulty or defective work or product shall be corrected at no cost to the Government.� (End of Provision)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cb6a22d6473943ae93086272769463b4/view)
- Place of Performance
- Address: FE Warren AFB, WY 82005, USA
- Zip Code: 82005
- Country: USA
- Zip Code: 82005
- Record
- SN07214767-F 20240919/240917230119 (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 |