Inactive
Notice ID:W50S9H-22-Q-0010_GENERATOR_REPLACEMENT
COMBINED SYNOPSIS/SOLICITATION: This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as sup...
COMBINED SYNOPSIS/SOLICITATION: This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation is attached. Solicitation W50S9H-20-Q-0010 incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) 2022-07, dated 10 August 2022. This requirement is UNRESTRICTED under North American Industry Classification System Code (NAICS) is 333611 – Turbine and Turbine Generator Set Units Manufacturing, with a size standard of 1,500 Employees. All qualified businesses under this industry are encouraged to submit quotations. DESCRIPTION OF REQUIREMENT: GENERATOR REPLACEMENT The contractor shall provide all personnel, equipment, tools, materials, supervision, transportation, and other items and services necessary to remove existing, and provide and install five (5) new Generators at multiple locations located at Volk Field Air National Guard Base (ANGB), Camp Douglas, WI. REFERENCES: The following publications are available electronically at http://www.acquisition.gov/ Federal Acquisition Regulation (FAR) Defense Federal Acquisition Regulation Supplement (DFARS) SPECIAL INSTRUCTIONS: Offerors shall be required to return the attached Standard Form 1449 Solicitation, W50S9H-20-Q-0010 signed and filled in appropriately as their offer along with any additional information required and any additional fill-in provisions. All contractors MUST be registered in the System for Award Management (SAM) http://www.sam.gov database prior to submission of quotes. ***Offers must include sufficient information to include all technical specifications for the Governments review and determination of technical acceptability. Failure to include sufficient technical information may result in determination of unacceptability. Quotes must include estimated delivery date, Unique ID/ CAGE Code and Tax Identification number. QUESTIONS DUE DATE AND TIME: All questions concerning this solicitation shall be sent via email to: WI.CRTC.VF.Contracting@us.af.mil by 21 September 2022 at 01:00 PM CDT. A question and answer (Q&A) will be posted, if required, approximately 2 business days after all questions have been received. OFFER DUE DATE AND TIME: Offers are due 27 September 2022 at 01:00 PM CDT. Offerors MUST provide quote via e-mail only. LATE OFFERS: Offerors are responsible for submitting quotations, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in this solicitation by the time specified. Quotations or modification of quotations received at the e-mail address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). CONTRACTING OFFICE CONTACT INFORMATION: All offers and questions pertaining to this solicitation shall be sent by email to the following email address: WI.CRTC.VF.Contracting@us.af.mil ****The Government will NOT answer questions via telephone.