Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 07, 2024 SAM #8381
SOLICITATION NOTICE

G -- Chapel Services

Notice Date
11/5/2024 8:56:55 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813110 — Religious Organizations
 
Contracting Office
FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
F1SEAM4249AW01
 
Response Due
11/25/2024 4:00:00 PM
 
Archive Date
12/10/2024
 
Point of Contact
Brian Wu, Amanda Tate, Phone: 6612779466
 
E-Mail Address
brian.wu@us.af.mil, amanda.tate@us.af.mil
(brian.wu@us.af.mil, amanda.tate@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(i) This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for this requirement. (ii) Solicitation Number: F1SEAM4249AW01 **Please provide the full solicitation number on all packages** � Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote including delivery FOB Destination Edwards AFB CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted. This solicitation is issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2024-07, DFARS Publication notice (DPN), DPN 20241010 and Department of the Air Force Federal Acquisition Regulation Supplement (DAFAC), DAFAC 2024-0612. � (iv) THIS REQUIREMENT WILL BE: Small Business set aside. The North American Industry Classification System (NAICS) number for this acquisition is 813110 with a size standard of $13.0 million. (v) CLIN Nomenclature: See Solicitation document (vi) Description of supplies to be acquired: The Air Force Test Center (AFTC), Edwards Air Force Base (EAFB), CA has a requirement for Chapel Services. � (vii) Estimated Period of Performance: 29 Nov 2024 - 28 Sep 2027 (base year plus 2 option years) (viii) The provision at 52.212-1, Instructions to Offerors � Commercial Items (Sep 2023), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/ ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included: PROVIDE THE FOLLOWING CONTRATOR INFORMATION WITH YOUR QUOTE Solicitation Number: Unique Entity ID Number:� CAGE Code: Contractor Name: Point of Contact and Phone Number: Email Address: Technical Description of Items: Warranty (if applicable): Price and any Discount Terms: FOB (destination): Date Offer Expires: Completed copy of FAR 52.212-3, Alt I, Offeror Representations and Certifications-Commercial Items (May 2022) � or notification that FAR 52.212-3 representation and certification are available on SAM.gov (ix) The provision at 52.212-2, Evaluation - Commercial Items (Nov 2021) applies to this acquisition. ADDENDUM to 52.212-2, Evaluation � Commercial Items (Oct 2014). 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. The following factors shall be used to evaluate offers: 1) Technical capability of the item offered to meet the Government requirement. 2) Past performance: Offerors shall submit at least two (2) recent past performance work within the last three (3) years along with their proposal. (Provide Contract Number, Agency of performed work, and Agency�s Point of Contact (Email/Phone Number) (3) Price: In the integrated assessment, upon which the award assessment will be made, Past Performance is of more importance than Price when being evaluated. Technical factor will be rated as Acceptable or Unacceptable. (b) BASIS FOR CONTRACT AWARD: This is a competitive solicitation using simplified acquisition procedures and Best Value in which competing offerors past and present performance history will be evaluated as more important than price. By submission of its offer in accordance with the instructions provided in provision FAR 52.212-1 ""Instructions to Offerors"" the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, the model contract, and technical requirements, in addition to those identified as evaluation factors. All technically acceptable offers will be treated equally except for their prices and performance records. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: Technical Acceptability (Step 1) - Quotes must be rated as technically acceptable to be eligible for award. In order to be deemed technically acceptable, the following evaluation criteria must be met: Technical capability of the item offered to meet the Government requirement. (2) Price Evaluation (Step 2) - Next, offerors will be ranked according to overall price. Included as part of the price evaluation is a review for price reasonableness. Offerors whose total evaluated price is unreasonable, unbalanced, or unaffordable may be considered unacceptable and may be rejected on that basis. To reiterate for reasonableness the total evaluated price will be evaluated. (3) Past Performance (Step 3) Provide at least two (2) recent past performance work within the last three (3) years. One award will be made under this solicitation. Awards will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers via e-mail; oral offers will not be accepted. All offerors must be registered with the System for Award Management (SAM). (xv) Proposal Submission Information: Offers are due to Air Force Test Center (AFTC), Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA 93524, by 25 �November 2024 at 4:00 PM Pacific Standard Time (PST). All offers are to be sent via email to brian.wu@us.af.mil AND amanda.tate@us.af.mil via electronic email. No late submissions will be accepted. Please submit any questions regarding this solicitation, in writing to the POC email listed below. QUESTIONS REGARDING THIS SOLICITATION ARE DUE BY 2 November 2024 on or before 12:00 PM Pacific Standard Time (PST). (xvi) For additional information regarding this solicitation contact: Primary Point of Contact: Brian.wu@us.af.mil Contract Specialist brian.wu@us.af.mil Secondary Point of Contact Amanda Tate Contracting Officer Amanda.tate@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/28bd19a8f5ec4a839a0fdee253c91c73/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN07257048-F 20241107/241105230100 (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.