Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W9127Q22R0017
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 inform...
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 the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number W9127Q-22-R-0017 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2022-07 and the Defense Federal Acquisition Regulations (DFARS) updated 23 June 2022. This requirement is being set aside for Small Business and only qualified offerors may submit quotes. The North American Industrial Classification System Code (NAICS) is 238220 with a standard size of $16.5 Million. The Government contemplates an award of a Firm Fixed Price purchase order for 3 Emerson Climate Technologies HVAC Training Simulators, 3 Instructor Guides, and 3 Student Guides for 154th RTI – Camp Shelby. Brand Name Requirement requested in accordance with FAR Clause 52.211-6. CLIN 0001: 900-0006-00 Copeland Semi-Hermetic Training Simulator (3 each) CLIN 0002: 2006ES-24 Instructor Guides (3 each) CLIN 0003: 2006ES-24 Student Guides (3 Each) BASIS OF AWARD: Award will be made on the basis of lowest priced offer and satisfies all the minimum requirements per the Product Description above. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. Clauses and provisions incorporated by reference may be accessed via SAM.gov. Workspace Clauses and provisions incorporated by reference may be accessed via the Internet at https://www.acquisition.gov. Quotes must be for all items stated; partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor. All offerors must include Fed Tax ID #, CAGE code, and UEI Number. All potential sources shall be registered with SAM.gov at https://sam.gov/portal/publis/sam in order to be considered eligible for award. Electronic Submission of Payment Requests and Receiving Reports DFAR 252.22-7003, applies to this requirement. In order for vendors to be paid, all vendors must now use Wide Area Work Flow (WAWF). To gain access to the WAWF production system, contractors must acquire an account available at https://piee.eb.mil/. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. Proposals are due no later than 10:00 a.m., CST, Monday, 29 August 2022. Submit quotes via email to Brady B. Williamson at brady.b.williamson.mil@army.mil. If offerors require additional clarification or have any questions regarding this requirement, questions must be submitted in writing by email, addressed to Brady B. Williamson at brady.b.williamson.mil@army.mil. Questions must be received no later than Friday, 26 August 2022. Requests for a copy of the solicitation will not receive a response.