Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
SOLICITATION NOTICE

J -- Whiterock ELMR Repeater Relocation

Notice Date
5/19/2022 7:18:23 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
FA4613 90 CONS PK FE WARREN AFB WY 82005-2860 USA
 
ZIP Code
82005-2860
 
Solicitation Number
FA461322Q1013
 
Response Due
5/23/2022 9:00:00 AM
 
Archive Date
06/07/2022
 
Point of Contact
Chad Evans, Phone: 3977733749, Austin Breault, Phone: 3077734752
 
E-Mail Address
chad.evans.19@us.af.mil, austin.breault@us.af.mil
(chad.evans.19@us.af.mil, austin.breault@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation Solicitation Number: FA461322Q1013 Purchase Description: Whiterock ELMR Repeater Relocation This is a Combined Synopsis/Solicitation Notice for commercial services 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 Federal Business Opportunities (FBO) web-site as a 100% Small Business Set Aside. The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461322Q1013, as a Request for Quote using FAR Part 12, Acquisition of Commercial Items, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 811213, with a small business standard of $12.0 M. The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2022-04 effective 30-Jan-22, Defense Federal Acquisition Regulation Change Number 03/18/2022 effective 18-Mar-22 and Air Force Federal Acquisition Regulation Supplement AFAC 2021-0726 effective 7/26/2021 DESCRIPTION OF ITEMS/SERVICES: All CLIN's F.O.B. Destination. **Quotes must be valid for 90 days** CLIN 0001: Whiterock ELMR Repeater Relocation Specifications: Reference Attachment 1 � Statement of Objectives Quantity: 1 Unit of Issue: Each (price is to include shipping cost) Quoted Unit Price: $__________ ���Quoted Total Price: $____________ ���������������������������������������������������������������������������������������������� Overall Total Price: $ __________________ PERFORMANCE DATE(S): Estimated Period of Performance of 90 Days After Date of Order/Contract (if it will take longer ensure to state timeframe) PLACE OF PERFORMANCE:� F.E. Warren AFB, Wyoming. Near Guernsey, Wyoming. ALL RFQ Questions must be emailed to chad.evans.19@us.af.mil and austin.breault@us.af.mil and received no later than 10:00 AM MDT on 4 May 2022. Quotes MUST be received no later than 23 May 2022; 10:00 AM MDT by e-mail to chad.evans.19@us.af.mil and austin.breault@us.af.mil. Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at the time an offer is submitted. Failure to do so will result in the offer being deemed ineligible for award. APPLICABLE FAR CLAUSES: All applicable Provision/Clauses can be found in Attachment 2 � Provisions and Clauses.� The following are instructions and evaluation factors pulled from the Provision/Clauses document specific to this combined synopsis/solicitation for easier viewing for the vendor. FAR 52.212-1 (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS-- COMMERCIAL ITEMS (m) (1) 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. (2) 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. (3) 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. (4) 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. (5) Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows: (n) 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. (1) Price quote which identifies the requested item(s), unit price inclusive of shipping (if any), and extended price. (2) Total Firm Fixed price (3) Any Discount Terms (4) Estimated date of completion from date contract award. (5) Statement of Work (SOW) that covers what work the vendor will complete in order to meet the objectives in Attachment 1 � Statement of Objectives. (i.) For Parts/Supply buy, the quote shall contain a description including part number and title for each item listed in the solicitation to allow the Government to verify that the quoted parts match the requirements listed in the requirements schedule. FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) (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, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the service offered: SOW provided clearly meets the requirements and objectives of Attachment 1 � Statement of Objective (SOO) (ii) Price: Award will be made to the lowest price technically acceptable quote. 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 (if required) to determine the reasonableness of the offered prices. (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. (End of Provision) AFFARS 5352.242-9000 Contractor Access to Air Force Installations (OCT 2019) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver�s license, current vehicle registration, and valid vehicle insurance certificate, to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with�AFI 31-101, Integrated Defense, and�DODMAN5200.02_AFMAN 16-1405, Air Force Personnel Security Program. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) AFFARS 5352.201-9101 AFGSC Ombudsman 10/1/2019 (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, for AFGSC (Air Force Global Strike Command) acquisitions please contact the Director of Contracts, Air Force Installation Contracting Center, Operating Location � Global Strike (AFICC/KG OL-GSC) via the following e-mail workflow address: ig.afica_kg.workflow@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer. (End of clause) ATTACHMENTS Attachment 1 - Statement of Objective Attachment 2 - Provisions and Clauses Attachment 3 - Wage Determination Attachment 4 � Brand Name J&A Attachment 5 - Questions & Answers Attachment 6 - Whiterock Photos
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e9249ddb02e343a2924389c817328b79/view)
 
Place of Performance
Address: FE Warren AFB, WY 82005, USA
Zip Code: 82005
Country: USA
 
Record
SN06332107-F 20220521/220519230056 (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  © 1994-2020, Loren Data Corp.