Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
SOLICITATION NOTICE

70 -- MRI IT Equipment - bom

Notice Date
9/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8604-18-F-2214
 
Archive Date
10/3/2018
 
Point of Contact
Jared R Rush, Phone: 9376567451
 
E-Mail Address
jared.rush@us.af.mil
(jared.rush@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Bom DUE TO TECHNICAL ISSUES WITH THE AFWAY PORTAL ALL NETCENTS-2 SOLICITATIONS ISSUED PURSUANT TO FAIR OPPORTUNITY ARE CURRENTLY BEING POSTED ON FBO. ONLY AWARDEES UNDER THE NETCENTS-2 IDIQ CONTRACT WILL BE CONSIDERED FOR AWARD UNDER THIS SOLICITATION. [SGNCUAA1] COMBINED SYNOPSIS/SOLICITATION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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 Government reserves the right to award without discussions. The solicitation document PR# F4F4FH8227A001, is a Request for Quotes (RFQ) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-98 [SGNCUAA2] Reference the PR solicitation number in the subject line of the RFQ response The provisions at 52.211-6 Brand Name or Equal is applicable to this acquistion. The associated NAICS code is 334210, small business size standard is: 1250 This requirement is for the following products: See attached Bill of Materials for requirements specifications. OPTION(S) if applicable: Delivery is 30 days After Receipt of Order (ARO). [SGNCUAA3] The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition The provision at 52.212-2, Evaluation--Commercial Items, applies; the only evaluation factor being price. 52.212-3, Offeror Representations and Certifications - Commercial Items. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The contracting officer shall insert the provision at 52.209-7, Information Regarding Responsibility Matters, in solicitations where the resultant contract value is expected to exceed $10,000,000. Discretionary use of FAR provisions and clauses. The contracting officer may include in solicitations and contracts by addendum other FAR provisions and clauses when their use is consistent with the limitations contained in 12.302. For example: (1) The contracting officer may include appropriate clauses when an indefinite-delivery type of contract will be used. The clauses prescribed at 16.506 may be used for this purpose. (2) The contracting officer may include appropriate provisions and clauses when the use of options is in the Government's interest. The provisions and clauses prescribed in 17.208 may be used for this purpose. If the provision at 52.212-2 is used, paragraph (b) provides for the evaluation of options. All items must be TAA compliant in accordance with the FAR. DPAS rating is DO-A7. NETCENTS-2 pricing is required. [SGNCUAA4] Award will be made to the lowest priced, technically acceptable, responsive, responsible offeror. The lowest priced quote will be reviewed for technical acceptability. If that quote is awardable then no other quotes will be evaluated. If the lowest priced quotes isn't awardable then next lowest quote shall be evaluated. The evaluation process will follow Simplified Acquisition Procedures (SAP) in accordance with FAR 13. [SGNCUAA5] Vendors submitting a response to any RFQ that includes a requirement for supplies and/or services that have incurred, or that may incur a lapse in maintenance support prior to the award date, shall include as part of its response any applicable reinstatement fee(s). Anticipated Award Date is 21 September 2018 Lt Col Brian Miller has been appointed as Ombudsman. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. The Ombudsman does not participate in the preparation of solicitations, evaluation of proposals or source selection process and does not diminish the authority of the contracting officer. Any questions or concerns about this solicitation should first be directed to the buyer at the e-mail address or phone number listed, or you may contact the Ombudsman at Brian.miller.15@us.af.mil. Proposals are due by 1:00 PM EST, 18 September 2018 [SGNCUAA6]. Proposals shall be sent via email to jared.rush @us.af.mil. Any questions regarding this acquisition should be directed to Jared Rush (937) 656- 7451 or by e-mail. Any questions regarding this acquisition should be directed to: Jared Rush jared.rush@us.af.mil (937)656-7451
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-18-F-2214/listing.html)
 
Record
SN05088032-W 20180915/180913231344-185ea24279fcfbd543227481ec819c55 (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.