Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:FA254319QA009
This is a combined synopsis/solicitation for commercial service prepared in accordance with FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes...
This is a combined synopsis/solicitation for commercial service prepared in accordance with FAR 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 (SF-1449) Number FA2543-19-Q-A009, Request for Quotation (RFQ) is issued as an attachment to this notice. Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. 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 an offeror for any costs. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05, effective 13 August 2019 and the Defense Federal Acquisition Regulations (DFARS) change notice 20190809. This RFQ is issued as a Competitive 100% Small Business Set-Aside requirement. The North American Industrial Classification System (NAICS) Code is 336413 with a small business size standard of 1,250 Employees. Please read all attachments to this posting carefully and thoroughly. The item description is clearly defined in the attached Statement of Objectives (SOO). Please see the attached solicitation document for all applicable clauses and provisions. The contractor will provide a F-16 fire training full-scale prop, which includes six (6) LPG fires with wireless remote control and the includes delivery and installation with the existing infrastructure. This meets all the requirements and enable all firefighters to comply with all applicable federal guidelines. The aircraft fire trainer must be constructed and maintained in accordance with the requirements of the NFPA, Federal Aviation Administration, and the Department of Defense. The contractor will provide a F-16 Prop simulator designed to be fully operational and transportable. The F-16 prop will be built at the contractor's plant and delivered to the customer within 180 days of contract award. The F-16 Prop must include six (6) LPG Fires, permanently mounted fires: a cockpit fire, an engine intake fire, a wing fuel tank fire, a nose landing gear fire, an afterburner fire, and a main wheel brake fire. This acquisition will be awarded on a Lowest Price Technically Acceptable (LPTA) basis. LPTA consists of the offer meeting the technical specifications shown in the SOO and delivery schedule at the lowest price. The Government intends to evaluate quotes and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government. All interested parties must quotes on all items. All interested parties must fill out and return the attached solicitation document to include all fillable provisions and clauses: • 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. • 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. • 52.212-3, Alternate I, Offeror Representations and Certifications-Commercial Items. - (Alternate I) • 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation. • 252.247-7023, Transportation of Supplies by Sea. To be eligible for a contract award on this requirement, the contractor must be registered with the System for Award Management (SAM) at www.sam.gov. It is the responsibility of each potential offeror to periodically check www.fbo.gov to obtain any related amendments to this solicitation. It is also the offerors' responsibility to be familiar with the applicable clauses and provisions that apply to this acquisition. These clauses and provisions and any applicable addenda are stipulated in the solicitation document (SF-1449). Deadline for Submission of Quotations. Quotes must be submitted to Ms. Jenny L. Meadlin, Contract Specialist, at the previously provided telephone and email address, no later than the deadline receipt of proposals as established in block 8 of the solicitation. Only emailed quotes will be considered for this solicitation. Written, oral, faxed, or other types of quotations will not be accepted. All emailed quotes must arrive at the Buckley AFB Contracting Office no later than the deadline for receipt of proposals as established in block 8 of the solicitation. The subject line of your email must contain the solicitation number, FA2543-19-Q-A009. For all questions, please contact Ms. Jenny L. Meadlin, Contract Specialist at provided telephone and email address.