Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 18, 2024 SAM #8422
SOLICITATION NOTICE

12 -- Anechoic Fire Suppression completion

Notice Date
12/16/2024 7:45:58 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
FA2823 AFTC PZIO EGLIN AFB FL 32542-5418 USA
 
ZIP Code
32542-5418
 
Solicitation Number
FA282325QA006
 
Response Due
1/21/2025 7:00:00 AM
 
Archive Date
02/05/2025
 
Point of Contact
Liudmila ""Lucia"" Stidam, Olivia Harris
 
E-Mail Address
liudmila.stidam@us.af.mil, olivia.harris.1@us.af.mil
(liudmila.stidam@us.af.mil, olivia.harris.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Please see attached documents for more information. This is a combined synopsis/solicitation for commodities 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; quotes are being requested and a written solicitation will NOT be issued. This is a competitive Request for Quote (RFQ) and the solicitation number for this requirement is FA2823-25-Q-A006. The Contracting Squadron at Eglin, AFB, Florida, requires Anechoic Fire Suppression completion in accordance with the Statement of Objectives dated 13 December 2024. This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, FAR Part 13, Simplified Acquisition Procedures, as supplemented. This procurement will be conducted as a 100% Small Business set- aside; please identify your business size in your response based upon this standard. Award will be made to the lowest priced, responsible Offeror whose offer conforms to all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements. The North American Industry Classification System code (NAICS) is 561210, Facilities Support Services, with a small business size standard of $47M, and Product Service Code 1230 - Fire Control Systems, Complete. Please identify your business size in your response based upon this standard. A firm fixed price contract will be awarded. There will be no advance payments. The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. The Government is not responsible for any costs incurred or associated with preparation and submission of an offer in response to this solicitation. NO OFFERORS WILL BE COMPENSATED FOR SUBMITTING AN OFFER. REQUIREMENT: CLIN 0001 FIRM-FIXED PRICE Connect Fire Suppression System in B90, Anechoic Chamber (QTY 1) QUOTE MUST BE FOB Destination, Within Consignee�s Premises to Eglin Air Force Base, Florida 32542 The Contracting Officer has determined that there is a high probability of adequate price competition for this acquisition. Upon examination of the initial offers, the Contracting Officer will review this determination and if, in the Contracting Officer�s opinion, adequate price competition exists no additional cost information will be requested. However, if at any time during the evaluation the Contracting Officer determines that adequate price competition no longer exists, Offerors may be required to submit information to the extent necessary to determine the price fair and reasonable. BASIS FOR AWARD: In accordance with FAR 13.106-1(a)(2) the offerors will be evaluated on a BEST VALUE basis and the award will be made to the responsible quoter whose quote, conforming to the solicitation represents the best value to the government. In no particular order of significance, the following factors shall be used to evaluate quotes: I.Technical capability of the item offered to meet the governments� requirement II. Price III. Past Performance IV. The Supplier Performance Risk System (SPRS) IAW 252.204-7024 The government will not accept refurbished/used equipment. Offerors must submit quotations for all items listed. Partial offers will not be considered for award. In accordance with, FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. All offerors are required to complete the Representations and Certifications and return with the quote. All offers must list SAM UEID or CAGE code, with Company name, POC, and phone number and include any shipping charges in the final quote. Quoters must be registered in System Award Management (SAM) in order to be eligible for award. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov/portal/public/SAM/. Lack of registration in SAM database with the selected NAICS will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: RSVP and site visit information no later than 09:00 AM CST, 02 January 2025. All questions are due no later than 11:00 AM CST, 14 January 2025. Quotes and any product literature must be received no later than 09:00 AM CST 21 January 2025. Due to the holidays and quick turn around please submit any questions, site visit information and quotes to all POCs listed below: -Liudmila �Lucia� Stidam by email to liudmila.stidam@us.af.mil -Jala McLaughlin by email to jala.mclaughlin@us.af.mil -Olivia Harris olivia.harris.1@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b5e1cfc5864046a8b68dab4b1a5f99fd/view)
 
Place of Performance
Address: Eglin AFB, FL 32542, USA
Zip Code: 32542
Country: USA
 
Record
SN07292984-F 20241218/241216230107 (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.