Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:FA930123Q0018
- - - - - Begin Amendment - 06 September This amendment is to add contractor questions and Government answers to the solicitation End Amendment - 06 September - - - - - *****Notice to Vendor(s)/Suppli...
- - - - - Begin Amendment - 06 September This amendment is to add contractor questions and Government answers to the solicitation End Amendment - 06 September - - - - - *****Notice to Vendor(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this Request for Quote (RFQ) until funds are available. The Government reserves the right to cancel this RFQ, either before or after the closing date. In the event the Government cancels this RFQ, the Government has no obligation to reimburse a vendor for any costs. ***** (i) This is a combined synopsis/solicitation for commercial products or commercial services 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. (ii) FA930123-Q-0018 – This solicitation is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01, DPN 20230720, DAFAC 2023-0707. (iv) This solicitation is set aside 100% for Small Business under NAICS 333998 with a small business size standard of 1,000 employees (v) Line item number(s) and items, quantities, and units of measure including options. CLIN 0001 – Remove and Replace Municipal Solid Waste Baler – QTY 1 Each CLIN 0002 – Remove and Replace Municipal Solid Waster Baler Conveyor System – QTY 1 Each (vi) See attached Statement of Work and model contract for description of items to be required. (vii) Delivery 180 days after receipt of order. Deliver to the landfill and recycling center at Edwards AFB, CA 93524 FOB Destination Acceptance accomplished in Wide Area Workflow (viii) The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. (ix) The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition. 52.212-2 Evaluation—Commercial Products and Commercial Services (Nov 2021), is amended as follows: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Priced Technically Acceptable (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer or have it completed on SAM before the submission due date. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. Additional FAR, DFARS, and AFFAR clauses and provisions that apply to this acquisition can be found in the attached model contract. (xiii) No additional contract requirements or terms and conditions apply to this acquisition. There are no contract financing arrangements. There are no additional warranty requirements that are above and beyond what is consistent with customary commercial practices. (xiv) DPAS rating: Not Applicable (xv) The date, time and place offers are due. Questions are due no later than: 5 Sep 2023 Offers are due no later than: 15 Sep 2023 Questions and Offers must be sent by email to: josiah.broadway@us.af.mil; alejandra.negrete@us.af.mil; thomas.prothro@us.af.mil; (xvi) For additional information or questions, please contact: Contract Specialists: Josiah Broadway at josiah.broadway@us.af.mil, and Aly Negrete at alejandra.negrete@us.af.mil, and Contracting Officer: Thomas Prothro at thomas.prothro@us.af.mil.