Inactive
Notice ID:693KA8-24-R-00012
SECOND ADDITIONAL ANSWER TO QUESTION: The second additional answer to a question is provided below. As this is not a formal amendment, acknolwedgment is not required. QUESTION: Section L.9 indicates t...
SECOND ADDITIONAL ANSWER TO QUESTION: The second additional answer to a question is provided below. As this is not a formal amendment, acknolwedgment is not required. QUESTION: Section L.9 indicates that the offeror is to state any pricing assumptions, exceptions, or deviations. Is it acceptable to include these assumptions, exceptions, or deviations in the same Excel file by adding another column to Attachment B.1 for this purpose? Or will tjhe offeror be required to provide a separate document with pricing assumptions, exceptions, or deviations that refers to the appropriate CLIN item on Attachment B.1? ANSWER: Either option above is acceptable. INITIAL ADDITIONAL ANSWER TO QUESTION: The additional answer to a question is provided below. As this is not a formal amendment, acknolwedgment is not required. QUESTION: Is it necessary to certify compliance with 3.6.4-15 Buy American Act Certificate (January 2023) listed in Section K with proposal submission, considering that each individual task order, which will be issued after contract award, will list the applicable Buy American requirements? ANSWER: No. AMENDMENT TWO: The purpose of this Amendment 0002 is to update CLIN X112 of Attachment B.1. Therefore, a revised Attachment B.1 is attached. The correct description for CLIN X112 should be: “Portable Automatic Transfer Switch (ATS) 120/208 Volt, 3 Phase, ATS Open Transition, with Bypass, Neutral: overlapping, NEMA 3”. This is the only change associated with Amendment 0002. The due date and time remain unchanged. AMENDMENT ONE POST: This Amendment One contains Answers to Questions and relevant updates to SIR Documents. The due date/time remains unchanged. ORIGINAL POST: This is a Screeing Information Request (SIR) for Commercial Off-the-Shelf/Non-Developmental Items (COTS/NDI) Engine Generator Systems (EGS), to include EGS manufacturing, maintainance, and life cycle in-service support. The anticipated period of performance of this effort is ten years, consisting of a two-year base period and four two-year option periods. The date and time for receipt of proposals is July 29, 2024 at 12:00 PM Eastern Time. Proposal submissions must be in accordance with Section L of the SIR. Proposals received after the due date and time for receipt of proposals will be considered late and may not be evaluated in accordance with AMS 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals. If all requested information is not furnished, the vendor's response may be determined unacceptable. The date and time for receipt of questions/comments regarding this SIR is June 20, 2024 at 12:00 PM Eastern Time. Questions/comments must be submitted to the Contracting Officer at Stephen.Mostow@faa.gov in accordance with SIR Section L.