Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:FA466420Q0002
Solicitation Number: FA466420Q0002 Notice Type: Combined Synopsis/Solicitation Pyrotechnics March ARB Air Fest 2020 Notice Synopsis: This solicitation is published in accordance with FAR 5.101(a)(2) M...
Solicitation Number: FA466420Q0002 Notice Type: Combined Synopsis/Solicitation Pyrotechnics March ARB Air Fest 2020 Notice Synopsis: This solicitation is published in accordance with FAR 5.101(a)(2) Methods of disseminating information. This solicitation is issued as a Request for Quote (RFQ) for a commercial item prepared in accordance with FAR Subpart 12 Acquisition of Commercial Items, FAR Subpart 13 Simplified Acquisition Procedures, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and written solicitation will not be issued. This RFQ is issued as a 100% small business set-aside and firm-fixed price acquisition. The applicable North American Industry Classification System (NAICS) code is 713990 with a small business size standard of $7,500,000.00. The contractor shall provide all necessary maintenance, plant, labor, supervision, materials, parts, supplies, tools, equipment, transportation, and any other items necessary to meet the following requirement: Pyrotechnics for 2020 Air Fest in accordance with the attached Statement of Work (SOW). Submitted quotes must be complete, self-sufficient, take no exception and respond directly to the requirements of this RFQ. Provide the lead or delivery time in terms of number of days after receipt of the order. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. The Government will evaluate submitted quotes utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process. The following factors will be used to evaluate the proposals: (1) Technical Acceptability, and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. Price evaluation shall be based on the lowest, reasonable, balanced, and overall evaluated price. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced quotes as each offeror's quoted price will be evaluated for reasonableness. Evaluation of proposals may be made without discussions with the offeror(s). The Government will award a contract to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the government according to FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. APPLICABLE CLAUSES/PROVISIONS: FAR 52.212-1 Instructions to Offerors-Commercial Items (Jan 2017); FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2017); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation 2013-O0019) (Nov 2017); FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management (Jul 2013); FAR 52.219-6, Notice of Total Small Business Set Aside (Nov 2011); FAR 52.204-7 System for Award Management (Oct 2016); FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998); FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran—Representation and Certifications (Oct 2015); FAR 52.233-4 Applicable Law For Breach Of Contract Claim (Oct 2004); FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015); FAR 52.233-3 Protest after Award (Aug. 1996); FAR 52.222-50 Combating Trafficking in Persons (Mar 2015); FAR 52.223-6 Drug-Free Workplace (May 2001); FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984); 252.232-7003 Electronic Submission of Payment Requests (Jun 2012); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.225-1 Buy American Act-Supplies (May 2014); FAR 52.211-6 Brand Name or Equal (Aug 1999). DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013); DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011); DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991). AFFARS 5352.201-9101 Ombudsman (Jun 2016) applies to this acquisition. Notice to Offeror(s): The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of quotes. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. ADDITIONAL INFORMATION: To be considered for this award, offerors must be registered in the System for Award Management (SAM) database at https://beta.sam.gov/ and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at https://www.acquisition.gov/. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor. Deadline for submission of all quotes shall be no later than February 13, 2020 3:00 PM PST. RFQs may be sent electronically to the following e-mail addresses: anhtuan.dang.1@us.af.mil or kelly.scott.8@us.af.mil and or mailed to 452 MSG/LGC (FA466420Q0002), ATTN: AnhTuan Dang, 1940 Graeber St., Bldg. 449, March ARB, CA 92518-1650 in time to meet the deadline date. Fax proposal will not be accepted. For further information regarding this solicitation, please contact Mr. AnhTuan Dang, Contracting Specialist, telephone (951) 655-5749 or KellyScott, Contracting Officer, telephone (951) 655-4331.