Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:FA2543-19-R-0015
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, using Simplified Acquisition Procedures ...
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, using Simplified Acquisition Procedures under FAR 13 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Government reserves the right to award without discussions. This solicitation documents and incorporates provisions and clauses in effect through FARS and DFARS Publication. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ The NAICS code is 423690 and the Small Business Standard is 250 employees. The proposed contract is 100% Set Aside for Small Businesses. The Small Business Office concurs with the set-aside determination. The Government intends to award a Firm Fixed Price (FFP) contract action from this solicitation. Space and Missile Systems / Remote Sensing Directorate Operations Support Division requests responses from qualified sources capable of providing all materials and labor for installation for VTC upgrades to the existing Audio and Video (AV) system for Conference Room 121G, Building 430 Buckley Air Force Base (BAFB). For complete details of work requested and materials required, please refer to attached Statement of Work (SOW). Period of Performance: 60 days after date of award Please review the following applicable attachments in full: 1) Statement of Work 2) Salient Characteristics 3) Buckley AFB Rm 121_Product List 4) Buckley AFB Rm 121G Tech Refresh 5) Clauses and Provisions The deadline to submit questions for this solicitation is 11 July 2019 1500 (MST). This announcement will close at 1200 (MST) on 26 July 2019. All responsible sources may submit a quote to SSgt Michael Bailey via email at michael.bailey.23@us.af.mill. Quotes must include the separate pricing for labor and materials. Oral quotes are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Basis for award: Award will be made to the lowest price, technically acceptable, responsive and responsible offer. The Government will organize the quotes based on the lowest priced offeror first, then evaluate vendors that meet the requirements in the Statement of Work (SOW). If the lowest priced offeror is acceptable, that offer represents the best value for the Government and award shall be made to that offeror, without further consideration to any other offers. Award will be made on the initial evaluation of quotes received in response to this RFQ. Therefore, quoters are cautioned to ensure that initial quotes contain your best terms from a technical and price standpoint. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s) showing materials and labor, FOB destination, a point of contact, name and phone number, business size, and payment terms. The quote shall explicitly confirm that the quoter can meet all of the Technical Requirements and provide all of the Deliverables within the Period of Performance, as specified in the attachment, Statement of Work (SOW). Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.