Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 29, 2025 SAM #8464
MODIFICATION

78 -- Cavalier SFS Indoor Playground

Notice Date
1/27/2025 11:33:48 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
FA4659 319 CONS PK GRAND FORKS AFB ND 58201 USA
 
ZIP Code
58201
 
Solicitation Number
FA465925QZ006
 
Response Due
2/14/2025 10:00:00 AM
 
Archive Date
03/01/2025
 
Point of Contact
SrA Madison Maye, Phone: 7017475305, TSgt Angelo Cabuang, Phone: 7017473750
 
E-Mail Address
madison.maye@us.af.mil, angelomykael.cabuang.1@us.af.mil
(madison.maye@us.af.mil, angelomykael.cabuang.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for a commercial item 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 solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Submit written quotes in reference to Request for Quote (RFQ) number FA465925QZ006. This requirement is being solicited as a total small business set aside. The NAICS code for this requirement is 339920 with a size standard of 750 Employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-02 Effective 3 January 2025; Defense Federal Acquisition Regulation Effective 18 December 2024; and Department of the Air Force Federal Acquisition Regulation, Effective 16 October 2024. **Funds are not presently available for this contract. The Government�s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.** *** To be considered for award: note that offerors must be actively registered with the US Government database System for Award Management (SAM) when submitting the quote or proposal. Vendors must be registered and/or enrolled in Wide Area Workflow (WAWF) for purpose of invoice/payment if awarded the contract. Please note WAWF is the ONLY ACCEPTABLE means of invoicing for payment and that no advance payments will be made. Vendors must provide their DUNS number, CAGE code, and confirmation of their registration in WAWF along with the quote. *** �Registered in the System for Award Management (SAM)� means that� (1) The Contractor has entered all mandatory information, including the unique entity identifier and the Electronic Funds Transfer indicator (if applicable), the Commercial and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14), into the SAM; (2) The Contractor has completed the Core, Assertions, Representations and Certifications, and Points of Contact sections of the registration in the SAM; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The contractor will be required to provide consent for TIN validation to the Government as part of the SAM registration process; and (4) The Government has marked the record �Active�. Questions are due no later than 12:00 PM Central Standard Time, 31 January 2025. Questions shall be sent via email to the contracting points of contact listed below. Quotes are due no later than 12:00 PM. Central Standard Time, 14 February 2025. Quotes shall be sent via e-mail to the contracting points of contact listed below. Contracting points of contact: SrA Madison Maye, Contract Specialist, (701) 747-5305 or e-mail: madison.maye@us.af.mil TSgt Angelomykael Cabuang, Contracting Officer, (701) 747-3750 or email: angelomykael.cabuang.1@us.af.mil ____________________________________________________________________________________ ADDENDUM TO FAR 52.212-1, INSTRUCTIONS TO OFFERORS Quote shall include the contractor�s Bid Schedule as follows: Contractor�s Unit and Total Price relating to each of the CLIN/Items above. Vendor must note that separate Contract Line Item Numbers (CLINs), are not prescribed for purpose of associated costs entailing taxes, fees, transportation, delivery, etc. Accordingly, quoted unit pricing for requirements at the CLIN level under this solicitation, shall be all inclusive of all associated costs (i.e. all material, transportation, labor, delivery, etc.) Discount for prompt payment � if any Company Point of Contact with name, address, email address, and telephone number. Photo depiction/schematics/samples Quotes must be valid for a period of no less than 60 days. NOTE: Vendor specific terms and conditions that may be contingently proposed for subsequent inclusion into the contract will not be considered by the Government in its evaluation of quotations. This aspect also includes the Government�s exclusion from requests by vendors to enter into supplemental agreements from their respective company in order to conduct business under a resultant contract award. Vendors that are not able to comply with the aforementioned conditions will be determined as noncompliant with the solicitation requirements and therefore may be removed from consideration for award. ADDENDUM TO FAR 52.212-2, EVALUATION OF OFFERS a) 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. The following factors shall be used to evaluate offers: Technical Acceptability, in accordance with Section 2 of the Statement of Work Price Award will be made to the offer that is the Lowest Price Technically Acceptable (LPTA). b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. List of Attachments: Attachment 1 � Provisions and Clauses Attachment 2 � Statement of Work, dated 11 Dec 2024 Attachment 3 � Wage Determination, dated 3 Jan 2025 **All additional provisions and clauses applicable to this Combined Synopsis/Solicitation are provided in Attachment 1 � Provisions and Clauses: The full text of the FAR, DFARS, and AFFARS can be accessed at https:/www.acquisition.gov.**
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/245e96ed299a44bea89eb463d8cc33f7/view)
 
Place of Performance
Address: Cavalier, ND 58220, USA
Zip Code: 58220
Country: USA
 
Record
SN07323574-F 20250129/250127230103 (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.