Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 30, 2025 SAM #8556
MODIFICATION

63 -- Maxwell-Gunter AFB Fire Department Station Alerting System

Notice Date
4/28/2025 2:11:22 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
FA3300 42 CONS CC MAXWELL AFB AL 36112-6334 USA
 
ZIP Code
36112-6334
 
Solicitation Number
FA330025RFQ0312
 
Response Due
5/18/2025 10:00:00 AM
 
Archive Date
06/02/2025
 
Point of Contact
Marc Engel, Jeremy Clark
 
E-Mail Address
marc.engel@us.af.mil, jeremy.clark.8@us.af.mil
(marc.engel@us.af.mil, jeremy.clark.8@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg. 804, Maxwell AFB, AL has a requirement to purchase a NFPA-compliant Fire Station Alerting System. This is a combined synopsis/solicitation for commercial items 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. Proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is FA330025RFQ0312 and is being issued as a Request for Quote (RFQ). This solicitation document and incorporated clauses and provisions (see Attachment 1) are those in effect in the Federal Acquisition Circular (FAC) 2025-03, Defense Publication Notice (DPN) 20250117 and Department of the Air Force Acquisition Circular (DAFAC) 2024-10-16. A firm-fixed priced award will be made in accordance with the following: NAICS Code: 334290 ; Size Standard: 800 EMP IMPORTANT NOTES: 1. THE GOVERNMENT IS SOLICITING FOR �OPEN MARKET� QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES OR OTHER GOVERNMENT-WIDE ACQUISITION CONTRACTS (GWAC) QUOTES WILL NOT BE CONSIDERED. 2. ALL PRODUCTS MUST BE NEW: NO REFURBISHED OR USED ITEMS WILL BE ACCEPTED. 3. THIS REQUIREMENT IS BEING SOLICITED AS A 100% SMALL BUSINESS SET-ASIDE. NATURE OF ACQUISITON 42 CES/CEF is requesting the purchase of a new station alert system to ensure dispatchers can quickly & accurately dispatch the correct station to any type of emergency or non-emergency situation. SCHEDULE OF SUPPLIES/SERVICES: The offeror shall provide the following: CLIN 0001 Description of Requirement NFPA-compliant Fire Station Alerting System with Installation in Accordance with (IAW) the attached Statement of Requirements (SOR) paras 2.0 - 3.0 - Maxwell Qty 1 EA 0002 NFPA-compliant Fire Station Alerting System with Installation in Accordance with (IAW) the attached Statement of Requirements (SOR) paras 2.0 - 3.0 - Gunter Qty 1 EA DELIVERY INFORMATION Maxwell AFB - 300 W Maxwell Blvd, Montgomery, Al 36112 Gunter Annex - 105 S Turner Blvd, Montgomery, Al 36109 PROPOSAL PREPARATION INSTRUCTIONS 1. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Failure to do so may result in an offer being determined non-responsive. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. 2. Offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers. Request for Quote received after the exact time specified for receipt of offers will be considered late and handled in accordance with FAR 52.212-1(f). Multiple offers will not be accepted under this Request for Proposal nor will multiple awards be considered. 3. SITE VISIT: A site visit is scheduled for two (2) locations, on 8 May 2025, at 10:00 AM Central Daylight Time (CDT). Offerors should be at the Maxwell Blvd Gate, Visitor�s Center at Maxwell AFB, AL at 9:30 AM CDT to receive a visitor�s pass. Please provide a list of all attendees and ensure they have their driver�s license, proof of vehicle insurance, and vehicle registration. All attendees� names will need to be submitted by Tuesday, 5 May 2025, at 3:00 PM CDT. In addition to the attendees name (as reflected on their driver�s license), include title and a telephone number for each individual. Submit the requested information to SrA Marc Engel at marc.engel@us.af.mil. Offerors are encouraged to visit the site and take steps as may be reasonably necessary to ascertain the nature and location of work and the general and local conditions that can affect the work or cost thereof. Failure to do so will not relieve offerors from the responsibility for estimating properly the difficulty or cost of successfully performing the work. The Government will assume no responsibility for any understanding or representation concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in this RFQ, the specification, or related documents. All pertinent questions shall be submitted by e-mail 11 May 2025 at 5:00 PM CDT. 4. OFFEROR�S QUOTE PACKAGE SHALL INCLUDE THE FOLLOWING: a. Manufacturer Specifications: The offeror shall provide all literature, brochures, or specifications that clearly meet the minimum requirements for the NFPA-compliant Fire Station Alerting System and materials IAW with the SOW, paras 2.0- 3.0. The offeror shall provide a materials list for all Fire Station Alerting System installation material being quoted. b. Drawings: The offeror shall provide at time of proposal, drawings/maps for each location to include all markup of locations where the fire station alerting system and all associated equipment will be installed. c. Delivery Date: Offeror shall propose a delivery date (based on days after date of contract) for the requirements identified in this solicitation. The delivery date shall take into consideration availability, ordering, shipping and any other factors that could affect the delivery of the items being proposed under this solicitation. The delivery date will be incorporated into the resulting contract. d. Price: Offeror must submit dated quote with unit prices and extended prices for each item identified in the Schedule of Supplies/Serivces. e. Representations and Certifications: i. IAW 52.212-3, the offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v) of this provision, including the additions to (c) (11) at 52.212-3, Alternate I. f. SECTION 889: Offerors must complete and return with quote the provisions 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and 52.204-26, Covered Telecommunications Equipment or Services-Representation. g. Interested parties capable of providing the requirement must include discount terms, if applicable, tax identification number, cage code, and unique entity identifier (UEI). 5. To be eligible to receive an award resulting from this RFQ, contractors MUST BE REGISTERED and ACTIVE in the DoD Systems for Award Management (SAM) database at time of quotation submission, no exceptions. Contractors not registered in SAM, your quote will not be evaluated. To register, please visit http://www.sam.gov or call 1-866-606-8220. 6. Responses to this notice shall be provided in writing via email to both the Contract Specialist, SrA Marc Engel at marc.engel@us.af.mil and the Contracting Officer, MSgt Jeremy Clark at jeremy.clark.8@us.af.mil . All responses shall be received NLT 12:00 pm CDT on 18 May 2025. Email is the preferred method. Upon receipt of your proposal, the Government will confirm receipt within 24 hours. If a confirmation has not been received within 24 hours, please contact the Contract Specialist or the Contracting Officer identified in this notice. BASIS FOR AWARD 1. This will be a competitive best value acquisition utilizing FAR 13, Simplified Acquisition Procedures. Award will be made to the lowest priced offeror that meets the minimum criteria identified below. Quotes will be assigned ratings of Acceptable (clearly meets minimum requirements) and Unacceptable (does not clearly meet minimum requirements). a. Manufacturer Specifications: Offeror provided quote material list will be evaluated for acceptability to ensure all manufactuer specifications of the NFPA-compliant Fire Station Alerting System materials and installation identified in the SOW, paras 2.0 � 3.0 have been met. 2. Price: The Government may use any of the following price analysis techniques IAW FAR 13.106-3(a) to determine price reasonableness: competitive quotes, comparison of the quoted price with prices found reasonable on previous purchases, a comparison with similar items in a related industry, comparison to an independent Government estimate, or any other reasonable basis. ATTACHMENTS (2): Attachment 1: Contract Clauses and Provisions Attachment 2: Statement of Requiements (SOR)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1120bf93e02b486c871bca1e47cfb9d5/view)
 
Place of Performance
Address: Montgomery, AL 36112, USA
Zip Code: 36112
Country: USA
 
Record
SN07422879-F 20250430/250428230049 (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.