The RFP Database
New business relationships start here

Overhead Door Replacement


Florida, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The Air Force Test Center, Installation Operational Contracting Division, Eglin AFB, FL, intends to solicit and award a firm-fixed price contract as a result of this solicitation for to removal and replacement of two Roll Up Doors located at building # 380, Eglin AFB, FL.

All FAR references are based off of FAC 2019-03, Effective 12 July 2019.


Who Can Participate? This solicitation is issued under Request for Quotation number FA282319Q4036. The North American Industry Classification System (NAICS) code for this acquisition is 238290, with a small business size standard of $15 Million. This solicitation, and any resulting award, is being conducted as a Small Business Set-Aside, pursuant to FAR 19.5. Please identify your business size in your response based upon this standard. Additionally, the material portion (Roll Up Door Systems) is being acquired on a Brand Name or Equal basis in accordance with FAR 52.211-6, Brand Name or Equal, included by reference within Attachment 1 "Provisions and Clauses". See Attachment 2, Statement of Work, for the applicable salient characteristics.


Please review this solicitation in its entirety including solicitation attachments provided herein and submit an offer for the removal and replacement of two roll up doors as outlined in attachment two (2) the Statement of Work (SOW); as indicated in this solicitation.


Specific instructions and instructions for submitting questions, responses, exceptions to terms and conditions, amendment acknowledgement, and discrepancies may be referenced at the Addendum to FAR 52.212-1 provided herein.


Table of Attachments: Attachment Number Description Date Number of Pages
1 Provisions and Clauses 12 July 2019 29 Pages
2 Statement of Work 12 July 2019 2 pages
3 Wage Determination 24 April 2019 20 pages
Addendum to 52.212-1 -- Instructions to Offerors -- Commercial Items.
THIS SECTION IS FOR SOLICITATION PURPOSES ONLY. THIS SECTION WILL BE PHYSICALLY REMOVED FROM ANY RESULTANT AWARD, BUT WILL BE DEEMED INCORPORATED BY REFERENCE INTO ANY RESULTANT CONTRACT.


Relationship between 52.212-1, Instructions to Offerors and Basis for Award
Your attention is directed to the functional relationship between FAR 52.212-1, Instructions to Offerors - Commercial Items and the Basis for Award. FAR 52.212-1 provides information for the purpose of organizing and submitting an offer and is not intended to be all-inclusive. The Basis for Award describes evaluation factors and the basis of award, to include the evaluation procedures for responsiveness to the solicitation, as well as the evaluation of both price and non-price factors.


 


OFFER PREPARATION INSTRUCTIONS


Offer Preparation Instructions- This section of the instructions to offeror prescribes the format of the offer. The offeror is required to thoroughly read the Statement of Work, attachment two (2), and submit documentation in accordance with this solicitation. Offerors shall submit a clear and complete offer, and include only information that is relevant to this acquisition. Complete CLIN 0001 in the table below and submit the offer by the closing date. The offeror shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer.


The Government has planned a specific site visit at this time. See FAR 52.237-1 within Attachment 1 for more information.


1) System for Award Management (SAM): Paragraph (k) of 52.212-1 is revised as follows: By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to the date and time the offer is submitted to the Government, during performance and through final payment of any contract resulting from this solicitation. The offeror may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov.


2) Period of Acceptance of Offers: Paragraph 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 45 calendar days from the date specified for receipt of Offers."


3) Questions/Inquiries: The contracting officer listed below is the Government's sole point of contact for this acquisition. If necessary, all questions, request for clarifications and/or information concerning this solicitation shall be received in writing by email at the following email addresses no later than Thursday, July 25th, 2019, 10AM CST. The decision whether to respond to questions and requests for clarification made after Thursday, July 25th, 2019, 10AM CST, will be at the sole discretion of the Contracting Officer. If no questions are submitted, the Government will assume that the offeror fully understand all requirements of this notice. Emails must be received by the Contracting Officer: MSgt Natara Olbricht, natara.olbricht@us.af.mil and Victoria Thomas, victoria.thomas.6@us.af.mil on the date and time specified above.


a) Offer Submission/Delivery. Request for offers are required and shall be received via email. Offers shall be received in writing by the following: Contract Specialist, Victoria Thomas, victoria.thomas.6@us.af.mil and the Contracting Officer, MSgt Natara Olbricht, natara.olbricht@us.af.mil no later than Wednesday, July 31st, 2019, 1:00 PM CST.


b) Offer Format: All files submitted in response to this solicitation shall be submitted as a Microsoft Word (.doc) or Adobe PDF (.pdf) file Microsoft Excel (.xls) file as applicable. Electronic Submission is required.


c) Email Format: The subject line of all emails that comprise the offer shall be formatted as follows: Subject: FA282319Q4036/Company Name/Email X of X (insert number of the email and total number of emails).


d) File Size. Individual emails shall not exceed 4MB in size. The offeror shall submit multiple emails as necessary to stay under the 4MB limit. Failure to stay under this limit may cause a rejection of the email.


Amendment Acknowledgement. The Government reserves the right to revise or amend the solicitation and attachments prior to the offer closing time. If such amendments require material changes in quantities or prices, the offer closing date may be postponed by enough days to enable offeror to revise their offers. In such cases, the amendment will include an announcement of the new closing date and time. The offeror MUST acknowledge all amendments issued. Sign, acknowledge, and submit the original amendment for all amendments issued with the Offer.


Exceptions to Terms and Conditions. The offeror shall identify and explain any exception, deviation, or assumption to the solicitation terms and conditions and provide accompanying rationale.


Offer Requirements. The following information at a minimum shall be included with each offer:
1. The name, address, telephone number and email address of the offering firm's point of contact


2. Remittance Address, if different from the offeror's address
3. Discount Terms (for payments prior to Net 30, if applicable);
4. CAGE Code and DUNS number;
5. Representations/Certifications. Utilizing the provision below (52.212-3 -- Offeror Representations and Certifications - Commercial Items) shall complete the necessary fill-ins, representations and certifications as set forth in the solicitation; and Teaming Agreement information (if applicable): Subcontractor Name, Cage Code, DUNS number. NOTE: If the offeror has their representations and certifications completed in the System for Awards Management, this step will not be required. However, an annotation expressing such completion shall be included on the quotation.


6. Technical. In accordance with, FAR 52.212-1(b)(4), Offerors shall provide enough documentation to verify compliance with the required specifications in this notice. In accordance with FAR 52.211-6, if an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. Additionally, unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.


7. Lead Time (if different than stated above in Delivery Schedule)


8. Price. The offeror shall submit a firm-fixed priced offer for the entire requirement, a partial offer will not be accepted. The offeror shall provide both the unit price and extended amount (total price) in their offer, as seen below. Offers shall include FOB Destination.


CLIN 0001 QTY UNIT Unit Price Extended Amount


Labor and Materials to remove and replace two roll up door systems at Building 101.


The contractor shall provide all resources required such as supplies, materials, tools, equipment, qualifications, safety, management, and labor necessary to complete repairs. 1 Each $ $


(End of Provision)


BASIS FOR AWARD Pursuant to FAR 13.106-1(a)(2) price will be the Government's basis for award. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements.


EVALUATION:
Price. Price will be evaluated for Completeness and Reasonableness.
(a) Completeness. This element is met when the offeror's prices are determined complete in accordance with the solicitation instructions.
(b) Reasonableness. Price will be evaluated for reasonableness in accordance with FAR 13.106-3. As there is a high probability of competition, reasonableness shall be established through competition in accordance with FAR 13.106-3(a)(1). In the event that only one offeror is received, reasonableness will be established in accordance with FAR 13.106-3(a)(2).
(c) The lowest priced offer evaluated will be considered to represent the best value for the government, with the evaluation process stopping at that point. This does not preclude the offering of an item not conforming to the Government's requirement as defined in this solicitation. Award may be made to that offeror without further consideration of any other offers.
NUMBER OF CONTRACTS TO BE AWARDED
The Government intends to award one (1) Firm-Fixed-Price contract.


 


VICTORIA G. THOMAS , Contract Specialist , Phone 8508837454, Email victoria.thomas.6@us.af.mil - Natara S. Olbricht, Contracting Officer, Phone 850-882-9379, Email natara.olbricht@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP