Air Ride Trailer
In accordance with (IAW) FAR 12.603(c)(2) - Streamlined Solicitation for Commercial Items, the following is submitted for this Request for Quote: (i) This is a combined synopsis/solicitation for comme... In accordance with (IAW) FAR 12.603(c)(2) - Streamlined Solicitation for Commercial Items, the following is submitted for this Request for Quote: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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. (ii) Solicitation FA301619QA077, Air Ride Trailer, is being issued as a Request for Quote (RFQ) for JBSA-Randolph, Texas. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 209-01.(CON IT/CLS) (iv) This requirement is set aside 100% for small business under the NAICS code 336212 - Air Ride Trailer with a size standard of 1000 employees. A single award of a Firm-Fixed Price (FFP) Contract will be made as a result of evaluation of quotes received. (v) The following is a list of contract line item numbers (CLINs) and items, quantities and units of measure: (Please provide a quote for the line items listed below. Failure to quote on CLIN will render the quote unacceptable and ineligible for award consideration in the absence of discussions.) ITEM DESCRIPTION QTY Unit Unit Price Extended Amount 0001 AIR RIDE TRAILER 01 EA $_____________ $_____________ Please provide the information below: FOB (Select) Destination Origin Shipping Cost Included? Yes No Pricing Quoted: GSA Pricing Only. Includes Open Market prices. Payment Terms Delivery Date Company Name: DUNS # Required Cage Code Number: POC: Telephone # E-Mail Address: Tax ID#: Warranty Information:____________________________________________________ Do you have capacity to invoice electronically (invoicing through WAWF)?_________ (vi) Description of requirements for the items to be acquired: See Attachment 2 Salient Characteristics (vii) The place of performance will be: JBSA-Randolph, Texas. THE FOLLOWING PROVIDINGS AND CLAUSES APPLY TO THIS ACQUISITION: (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. ADDENDUM TO 52.212-1 -- Instructions to Offerors -- Commercial Items FAR 52.212-1 is hereby tailored as follows: (a) North American Industry Classification System (NAICS) code and small business size standard: The NAICS code is 336212 - Air Ride Trailer with a size standard of 1000 employees. (b) Submission of Offers: To assure timely and equitable evaluation of quotes, offerors must follow the instructions contained herein: (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, brochures, cut-sheets, drawings, or other documents, as necessary. Failure to furnish a complete quote may result in the quote being determined unacceptable by the Government. Response to this solicitation must be submitted via e-mail no later than 3:00 PM CT, 23 May 2019. Contact information is as follows: (e) Multiple Offers. Offerors are not encouraged to submit multiple offers presenting alternative terms and conditions. (h) Multiple awards. The Government may not accept any item or group of items of an offer. Leketa Cunningham Contract Administrator (CA), leketa.cunningham@us.af.mil 210-652-8877 Marcus Reedom Contracting Officer (CO), marcus.reedom.2@us.af.mil 210-652-8427 Special Notes and Instructions: 1. This is a notice that this order is a total set-aside for 100% Small Business. Only quotes submitted by a Small Business will be accepted by the Government. Any quote that is submitted by a contractor that is not a Small Business will not be considered for award. 2. Basis for Award. The 502nd CONS will issue a purchase order to the vendor who is determined to offer the best value to the Government. 3. Best Value Determination. The technically acceptable, lowest priced quote will be determined to represent the best value. Technical acceptability will be determined by an evaluation of the quoted requirements that meet the technical criteria that is contained in the solicited item description. Accordingly, ensure the quote meets the Addendum to 52.212-1(b)(4) and provide sufficient detail to enable an evaluation of acceptability. Failure to provide sufficient information may render the quote unacceptable without further review. If the lowest priced submission does not meet the technical criteria described in the solicited item description, the government reserves the right to evaluate the next lowest priced submissions until it has determined a technically acceptable submission. The evaluation will stop at the point when the government determines an offeror to be technically acceptable with the lowest evaluated price, because that offer will represent the best value. Contingent upon a determination of contractor responsibility, award will be made to that offeror without further evaluation of other offers. Award will be made to the responsible vendor whose quote is the lowest evaluated price among technically acceptable quotes. 4. Discussions. The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. 5. Mandatory Registrations. To be eligible for award, registration with the System for Award Management (SAM) must be current. Reps & Certs that are not current go to https://www.sam.gov/portal/public/SAM/ and provide mandatory information. 6. Delivery/Assembly: The items must be fully assembled and ready for use upon delivery. 7. Salient characteristics: Attachment 1 List of Attachments 1. Salient Characteristics 2. Clauses and Provisions
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »