Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912TF19Q5012
*This admendment is to adjust the size standard from $500 M to 500 employees.* This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 ...
*This admendment is to adjust the size standard from $500 M to 500 employees.* This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is W912TF-19-Q-5012, and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 333517- Machine Tool Manufacturing, a small business size standard of 500 employees. This requirement is 100% set-aside for small business, and only qualified vendors may submit quotes. The solicitation will start on the date this solicitation is posted and will end on 16 MAY 2019 at 12:00 pm Time Eastern Time. Free On Board (FOB) Destination shall be 302 Newmarket Street, Newington, NH 03803. The Government contemplates award of a Firm-Fixed Price (FFP) contract. The NH National Guard requires the following items (Brand Name or Equal): CLIN 0001: Laser Cutting Machine, 1, EA 150 Watt laser Engraver, Work space dimensions (bed of laser) 55" X 35", Software platform required Windows 10, Class 4 laser ( requires specialized training by authorized personnel and safety processes put in place by Bio Environmental), Material cutting capabilities; acrylic, wood, leather, plastics, fabric, MDF, cardboard, paper, Corian, foam, fiberglass, and rubber. Material engraving / marking capabilities; acrylic, wood, leather, plastic, fabric, rubber, cork, brick, phenolic, melamine, glass, granite, marble, tile, aluminum, steel, titanium, and brass. Logic Tracer digitalizing tablet (required for tracing aircraft tooling and dimensioning of toolbox layouts) 44" X 60" accuracy 0.1", 4" focal lens, Focal lens cleaning kit, and roller and chuck attachment. CLIN 0002: Onsite training and installation IAW attached SOW, 1 EA. Delivery Date: 45 days Preferred After Date of Contract All technical or contractual questions shall be submitted in writing via e-mail no later than 12:00 pm EST on 9 May 2019 to Abigail Sargent at abigail.l.sargent.mil@mail.mil. Telephone inquiries will not be accepted. If the Government responses to technical questions affect the Statement of Work requirements or any other portion of the solicitation, then an Amendment of Solicitation will be issued. The subject of your email must include your company's legal name, state the nature of your email and include the Solicitation Number W912TF-19-Q-5012. For example, the subject of your email should be similar to the following: Quote Submission by Company XXXXX, Solicitation Number W912TF-19-Q-5012 Company XXXXX Question Regarding Solicitation Number W912TF-19-Q-5012 The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The basis of award is LPTA (Lowest Price Technically Acceptable). LPTA for this requirement is defined as an offer that proposes the lowest price for technical acceptability in meeting or exceeding the required specifications as detailed within the SOW or the solicitation. Quote must be good for 60 calendar days after close of the solicitation. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. The selected offeror must comply with the attached provisions and clauses.