Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
MODIFICATION

N -- Rolling Steel Fire Doors with Electric Operator and Repair & Maintenance of Warehouse Overhead Doors - Amendment 1 - Amendment 2

Notice Date
9/10/2015
 
Notice Type
Modification/Amendment
 
NAICS
332321 — Metal Window and Door Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, 502d Contracting Squadron, 1655 Selfridge Avenue, JBSA Lackland, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
F2M3LY5205AW02
 
Archive Date
9/26/2015
 
Point of Contact
Theresa M. Jackson, Phone: 2106528961
 
E-Mail Address
theresa.jackson.5@us.af.mil
(theresa.jackson.5@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 4 - Installation Access Form Attachment 1 - Applicable Clauses and Provisions The 502 nd Contracting Squadron at JBSA Randolph AFB, Texas has a requirement for the purchase of Rolling Steel Fire Doors with Electric Operator, and the Repair and Maintenance of Warehouse Overhead Doors. This is a streamlined combined synopsis/solicitation 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; quotes are being requested and a written solicitation will not be issued. NATURE OF ACQUISITION: Provide Rolling Steel Fire Doors with Electric Operator, and the Repair and Maintenance of Warehouse Overhead Doors in accordance with (IAW) Performance Work Statement (PWS). •1. Solicitation number__ F2M3LY5205AW02 _ is issued as a Request for Quote (RFQ). •2. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 and DFARS Change Notice 20150626. •3. This acquisition is a 100% Small-Business set-aside competitive acquisition in accordance with FAR subpart 19.502-2. Interested vendors shall refer any and all eligibility questions to their respective Business Development Specialist at their respective servicing SBA District Office. The associated NAICS is 332321; size standard is 500 employees. •4. See the attached Schedule of Services (Reference Atch 3) for applicable contract line item (CLIN), quantities and units of measures and delivery dates. •5. The requested delivery date is 30 days after requirement has been awarded; and the delivery location is 1865 Selfridge Avenue, Bldg. 5160, Joint Base San Antonio-Lackland, TX 78236. •6. All provisions and clauses applicable to this combined synopsis can be viewed at http:farsite.hill.af.mil. The provision at FAR Part 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. •7. FAR 13.5- Test Program for Certain Commercial Items authorizes, as a test program, use of simplified procedures for the acquisition of supplies and services in amounts greater than the simplified acquisition threshold but not exceeding $6.5 million ($12 million for acquisitions as described in 13.500(e)), including options, if the contracting officer reasonably expects, based on the nature of the supplies or services sought, and on market research, that offers will include only commercial items. •8. In accordance with FAR 52.212-2, Evaluation - Commercial Items, 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, (all of equal importance) shall be used to evaluate offers (in no specific order): (i)Services offerd meet the Government's requirement (Conformance to the Schedule of Services); (ii) Price Basis for Award: A firm fixed contract award will be made to the lowest offeror whose proposal conforms to the technical requirement of the solicitation. 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) Addendum to 52.212-2 Evaluation-Commercial Items paragraph (a) is tailored as follows: By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and the technical requirements of the Performance Work Statement (PWS) in addition to those identified as evaluation factors. The evaluation process shall proceed as follows: (i) Conformance to the Schedule of Services: The proposal shall include sufficient information and detail that demonstrates the ability to deliver the required services. The service being proposed must be included as part of the proposal to ensure the services offered meet the government's requirements as stated in the PWS (Atch 2). Additionally, the proposal shall include the Contractor's Quality Control Plan which addresses the requirements as stated in the PWS (Atch 2). Conformance to the Schedule of Services will be determined by an evaluation of the information provided by the Contractor as to the services offered and the Contractor's Quality Control (QC) Plan. This criteria will each be rated as "Acceptable/ Unacceptable". To be rated acceptable, both must be acceptable. Failure to submit these documents with the proposal may render the entire submission non-responsive without further evaluation. (ii) Price: Contractors are required to complete the attached Schedule of Services (Atch 3). The Government shall place in order all responsive proposals by price. 9. Offeror(s) is (are) required to include a completed copy of the provisions at FAR Part 52.209-5, Certification Regarding Responsibility Matters, with their offer. 10. Offeror(s) is(are) required to include a completed copy of the provisions at FAR Part 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website (www.sam.gov), the offeror shall complete only paragraphs (c) through (o) of this provision. 11. The clause at FAR Part 52.212-4, Contract Terms and Conditions -- Commercial Items (included in Attachment 1), applies to this acquisition and also Addendum to FAR Part 52.212-4. 12. The clause at FAR Part 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Deviation) (included in Attachment 1), all FAR clauses cited in the clause are applicable to the acquisition. 13. NOTICE TO OFFERORS: The Government reserves the right to cancel this solicitation either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse any offeror for any proposal costs. 14. Defense Priorities and Allocations System: NA 15. SITE VISIT: The site visit will be held at 1:30 PM (CST) on Tuesday, 15 September 2015, location: 1865 Selfridge Avenue, Bldg. 5160, Joint Base San Antonio-Lackland TX 78236. Provide contact information on the Installation Access form (see Atch 4) by 2:00 PM on 11 September 2015. A valid driver's license and proof of insurance will be required at time of obtaining pass. 15. Submit signed and dated offers to the points of contact listed in this announcement on or before 18 September 2015 at 12:00 noon Central Standard Time. Offers must be valid for at least (60) days. At a minimum, offers must show -- (a) The solicitation number; (b) The time specified in the solicitation for receipt of offers; (c) The name, address, telephone number, CAGE and DUNS number of the offeror; (d) Price and any discount terms; (e) "Remit to" address, if different than mailing address; (f) Acknowledgment of Solicitation Amendments; and (g) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Note: Offers that reject the terms and conditions of this RFQ may be excluded from consideration. NOTE: ANY QUESTIONS REGARDING THIS RFQ, THE PWS, AND ASSOCIATED DOCUMENTS MUST BE RECEIVED BY THE POINTS OF CONTACTED LISTED ABOVE ON OR BEFORE 16 SEPTEMBER 2015. NO QUESTIONS WILL BE ACCEPTED OR CONSIDERED AFTER THAT DATE. 16. Points of Contact. Contract Administrator: Theresa Jackson; Ph.: (210) 652-8961, e-mail: theresa.jackson.5@us.af.mil ; Contracting Officer: TSgt Richard Bush, Ph.: (210) 652-8846, e-mail: richard.bush.3@us.af.mil. E-mail is the preferred transmission for correspondence, however, packages can be mailed/delivered to the following address: 502d Contracting Squadron/JBKCA Attention: Theresa Jackson 395 B Street West Suite 2, Building 224 JBSA Randolph, TX 78150-4525 Regardless of transmission method used, due to the volume of correspondence received at this time of year offerors are encouraged to confirm their response was received by the intended party. Attachments: 1. Applicable Clauses and Provisions 2. Performance Work Statement 3. Schedule of Services 4. Installation Access Form
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/F2M3LY5205AW02/listing.html)
 
Place of Performance
Address: 1865 Selfridge Avenue, Bldg. 5160, Joint Base San Antonio-Lackland, Texas, 78236, United States
Zip Code: 78236
 
Record
SN03880800-W 20150912/150911000735-679ab753c638b335b7365b2d821fb863 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.