Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W9127Q23R0018
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional informati...
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. Solicitation number W9127Q23R0018 is being issued as a Request for Quotation (RFQ) with OPEN MARKET PRICING. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04, Effective June 2, 2023 and the Defense Federal Acquistion Regulations (DFARS) Publication Notice (DPN) dated August 17, 2023. This requirement is a small business set aside under NAICS 335999 with a size standard of 600 employees. The MS Army National guard has a requirement for Inveris (Meggit) target repair parts that are compatible with their existing Inveris (Meggit) target lifter systems to keep the ranges fully mission capable. The USPFO-MS, Jackson, MS intends to issue a contract for the following items: CLIN 0001: 20-6008 P.C. ASSEMBLY, TARGET CONTROL QTY: 100 CLIN 0002: 1058010-01 PCB ASSEMBLY SIT8 UDC2 QTY: 100 CLIN 0003: 20-2498 I/O PC ASSY-AMTS QTY: 10 CLIN 0004: 20-3406 PC ASSY CPU AMTS RCVR W/RS-232LOW-E QTY: 20 CLIN 0005: 20-3383 OPERATING PRGM AA28 2400 BAUD GSA QTY: 50 CLIN 0006: 20-3206 OPERATING PROGRAM, ATS RFSIT QTY: 50 CLIN 0007: 20-3194 EPROM, AA28 QTY: 50 DELIVERY ADDRESS: CAMP SHELBY RANGE CONTROL BUILDING 5200 GRAPEVINE RD CAMP SHELBY, MS 39407 Basis of Award: The government intends to award a purchase order to the responsible offeror whose quote conforms to the solicitation and is considered to be the most advantageous to the Government in accordance with FAR Part 12, Acquisition of Commercial Items, utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process. Evaluation factors, technical capability and price, will be given equal consideration. Technical capability shall be evaluated as acceptable or not acceptable. Price evaluation shall be based on the lowest reasonable evaluated price. 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. This notice does not obligate the Government to award the contract; it does not restrict the government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Only firm fixed price offers will be evaluated. Along with your quote, please provide the country of origin for the products quoted, the Company Name with CAGE Code, TIN, UEI and Company POC with contact information (email and telephone number). SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register online go to http://www.sam.gov/ It is the contractors' responsibility to be familiar with applicable Clauses and Provisions. Clauses and provisions incorporated by reference may be accessed via https://www.acquistion.gov/. Please see attached listing of Clauses and Provisions. Deadline for receipt of your quote is established for no later than 2:00 p.m. Central Daylight Time (CDT), Tuesday, September 26, 2023. Please ensure the solicitation number "W9127Q23R0018" is included in the subject line of all email correspondence.