Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W50S8R-21-R-0010
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 W50S8R-21-R-0010 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05. This solicitation is set-aside 100 percent for Small Business. The NAICS code that applies is 811310 and business size is $8M. This action will result in a FFP purchase order, utilizing simplified acquisition procedures under Full and Open competition After Exclusion of Sources. Requirement is for Crane and Hoist Repair Services; see Attachment 2 Performance Work Statement, and other attachments, for further details. Site visit attendance is highly encouraged. Site visit is scheduled for 20 April 2021, at 9:00 A.M. ET. Location of site visit is: 1947 Harrington Memorial Rd, Mansfield LAHM, Ohio 44903. A physical walk-thru will follow meeting. All attendee names shall be forwarded to the Contracting Officer (2d Lt James Kliewer james.kliewer.2@us.af.mil) no later than 1:00 P.M., 19 April 2021. Representatives shall report to front gate entrance, reside at parking location as determined by Security Forces, and will be escorted back to meeting by a Government representative. Note that failure to arrive at front gate prior to 8:50 A.M. may be grounds for exclusion from site visit, as there will a one-time escort for all attendees (i.e. escort will not return to front gate for those who arrive late). Contract Line Items are reflected on Solicitation Document. Evaluations factors will be Best Value determination by evaluation of Responsiveness, Technical, and Price as set out in Attachment 1: Provisions and Clauses under Addendum to 52.212-2. List of Attachments: Attachment 1 Provisions and Clauses that apply to this solicitation. Attachment 2 Performance Work Statement (PWS) All questions are due no later than 11:00 A.M. on 20 April 2021. If all answers to questions submitted within this time frame are not provided at least three (3) business days prior to bid due date, bid due date will be extended accordingly. All answers to questions (including any additional documentation provided) are distributed on a non-attribution basis. For more information regarding this solicitation please contact James Kliewer @ 419-520-6227 or via email at james.kliewer.2@us.af.mil.All offers are due by 1:00 P.M. EST 30 April 2021, by: email james.kliewer.2@us.af.mil. ******************************************************************************************************************** Amendment 1 Questions and Answers Round 2 Posted. ******************************************************************************************************************** ******************************************************************************************************************** ******************************************************************************************************************** Amendment 2 Solicitation due date extended by 24 hours. New solicitation due date is 28 April 2021 by 1:00 P.M. EST. ******************************************************************************************************************** ******************************************************************************************************************** ******************************************************************************************************************** Amendment 3 Solicitation due date extended by 48 hours. New solicitation due date is 30 April 2021 by 1:00 P.M. EST. ******************************************************************************************************************** ********************************************************************************************************************