146 AW Folding Rapid Deployable Shelter (RDS)
W50S7522Q0015_TOC Shelter *****Notice to Vendor(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this RFQ until funds are available. The Government reserv... W50S7522Q0015_TOC Shelter *****Notice to Vendor(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this 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) Solicitation no. W50S7522Q0015 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 2022-07 and Defense Publication Notice 20220623. (iv) The NAICS is 236210, Industrial Building Construction and the PSC is 5670 Building Components Prefabricated. The Small Business Size Standard for this NAICS code is $39.5M. This acquisition is being solicited as 100% small business set aside (v) The Pricing Schedule is incorporated as Attachment 1. Offerors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo. (vi) Description of requirements for the items to be acquired. Foldable Rapid Deployable Shelter (RDS) 1.) Made of hardened, non-corrosive material that is rust-proof 2.) Fold-out Shelter to achieve 110 Sq Ft of work space 3.) When folded or in transfer position must be able to fit on 463L pallet 4.) Folded dimensions (8’ Width, 7’ Length, 7’ 8³/?” Height) 5.) Unfolded dimensions (8’ Width, 18‘4” Length, 7’ 8³/?” Height) 6.) Must not exceed 3200 lbs in total weight 7.) Must include 8 electrical outlets, LED lighting, Heating and Air Conditioning, Antenna Mounting Areas, Impact Windows, and Cypher Locked Security Door. (vii) Delivery shall be FOB destination. Contractor shall include delivery schedule information on the Price Schedule, Attachment 1. All items shall be delivered to: Channel Islands Air Guard Station Mulcahey Dr, Port Hueneme, CA 93041 (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jan 2017) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum: 1. To assure timely and equitable evaluation of the proposal, Offerors must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. W50S7522Q0015_TOC Shelter 2. Specific Instructions: The response shall consist of two (2) separate parts: Part 1 – Technical Acceptability - Submit one (1) copy of technical acceptability narrative. Part 2 – Price – Submit one (1) copy of Attachment I, Price Schedule and any pertinent additional information. 3. Award will be made to the vendor whose quote is conforming to the solicitation and is determined to be the lowest price technically acceptable. Technical Acceptability, at a minimum, is defined as meeting all of the criteria of section vi. Price and technical acceptability will be considered (ix) FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below: 1. The Government will award a contract resulting from this solicitation to the responsible Offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (I) Technical Acceptability (II) Price (III) Past Performance Factor I: Price Proposals will be evaluated using price analysis as described in FAR 13.106-3 to ensure the price is fair and reasonable. Completeness: Pricing will be reviewed to determine if all price information requested by the Solicitation Package has been submitted. Reasonableness: The Quote will be evaluated for reasonableness, defined as the degree to which the proposed prices compare to the prices a reasonably prudent person would expect to incur for the same or similar product/service. Factor II: Technical The Offeror’s Technical Proposal shall consist of a written narrative describing the Offeror’s technical and managerial approach for meeting the requirement. The Technical Proposal should demonstrate the Offeror’s ability to perform the technical requirements. The Government will review the Offeror’s proposed technical approach to verify it will result in successful contract performance, and will assign either an acceptable or unacceptable rating to the technical proposal. Factor III: Past Performance The Government reserves the right to obtain information relative to present and past performance on its own, in addition to information provided by the Offeror. The quality of an Offeror’s past performance may be reviewed and evaluated through the use of systems such as the Contract Performance Assessment Reporting System (CPARS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), questionnaires tailored to the circumstances of this acquisition or other sources or databases known to the Government. Interviews may be conducted with Program Managers, Contracting Officers, Fee Determining Officials, Defense Contract Management Agency or other sources known to the Government W50S7522Q0015_TOC Shelter (x) Each Offeror shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Nov 2017), are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders – Commercial Items (Jul 2018), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the clauses in Attachment II, Applicable Provisions and Clauses apply to this acquisition: (xiii) NOTICE TO ALL INTERESTED PARTIES: Please forward all questions to TSgt William Tucker, william.tucker.32@us.af.mil no later than 12 PM Pacific Standard Time (PST) on 19 August 2022. An amendment will be issued providing the Government’s answers to any questions received. Quotes are due no later than 2:00 PM PST on 26 August 2022; quotes shall include the following: Part 1 - Technical Capability Narrative – Submit one (1) copy. Part 2 - Price – Submit one (1) copy of price schedule as well as any additional pertinent information BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable quote List of Attachments: Attachment I, Pricing Schedule Attachment II, Applicable Provisions and Clauses Attachment III, Questions and Answers (xiv) N/A. (xv) 2:00 PM PST on 26 August 2022 (xvi) TSgt William Tucker, william.tucker.32@us.af.mil
Data sourced from SAM.gov.
View Official Posting »