Inactive
Notice ID:FA481419TF092
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 announce...
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; proposals are being requested and a written solicitation will not be issued. ***This solicitation is hereby revised to include Amendment 1 to RFQ FA481419TF092. Changes include: 1) Removing "Manufacturer" information from Attachment 1, CLIN Structure, 2) Clarifying Salient Characteristics in Attachment 2, to include required delivery timelines, 3) Incorporating a revised clause list via updated Attachment 3. No change to RFQ close date/time.*** The solicitation number for this requirement is FA481419TF092 and is hereby issued as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following items: MC-6 Parachute system, please see Attachment 1 CLIN Structure, Attachment 2 Salient Characteristics and Attachment 3 Clause List. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 effective 20 Decembers 2018 and DFARS DPN 20190215 effective 15 February 2018 and AFFARS AFAC 2018-0525 effective 25 May 2018. The North American Industry Classification System code (NAICS) is 314999, with a Small Business Size Standard of 500 employees. This requirement is being solicited for full and open competition. A firm fixed price contract will be awarded. All interested parties must quote on all items. All offers will be sent to the technical advisor for review and must meet the Salient Characteristics provided, to include delivery within the required time frame, in order to be deemed technically acceptable. DELIVERY ADDRESS: The services and/or supplies are procured on the behalf of JCSE Delivery address is: JCSE-CSD 8532 Marina Bay Dr MacDill, FL 33621 Offers must be submitted NLT 14 May 2019 by 1:00PM (ET) in writing to cory.williams.5@us.af.mil, and barbara.squitieri@us.af.mil. Please provide a quote assuming a Firm Fixed Price contract. Offerors must quote on all items. Offeror quotes must include the following: estimated delivery schedule, discount for prompt payment if applicable, CAGE Code, DUNS number, Federal TIN with company name, and POC contact info. Lack of registration in the SAM database will make an offeror ineligible for award. Offeror must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. PROVISIONS /CLAUSES:Please see Attachment 3 - Clause List, for complete list of applicable provisions/clauses.Provisions and clauses may be obtained via the internet through the following websites: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting.***Please note: Clause List formatting have changed as we have transitioned to a new contract writing system. For any questions or concerns regarding the updated format please reach out to the Government POCs listed below.*** Government Point of Contact: cory.williams.5@us.af.mil (813)828-1671 Cory Williams, TSgt, USAF Contract Specialist Government Alternate Points of Contact: Barbara Squitieri, USAF Contracting Officer barbara.squitieri@us.af.mil (813)828-1737 Attachments: 1.CLIN structure 2.Salient Characteristics 3.Clause List