Public Address System for Building 8640, Eglin AFB
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Aug 05, 2022 03:52 pm CDT
- Original Published Date: Aug 03, 2022 03:36 pm CDT
- Updated Date Offers Due: Aug 24, 2022 02:00 pm CDT
- Original Date Offers Due: Aug 16, 2022 02:00 pm CDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Sep 08, 2022
- Original Inactive Date: Aug 31, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 5830 - INTERCOMMUNICATION AND PUBLIC ADDRESS SYSTEMS, EXCEPT AIRBORNE
- NAICS Code:
- 238210 - Electrical Contractors and Other Wiring Installation Contractors
- Place of Performance: Eglin AFB , FL 32542USA
Description
This is a combined synopsis/solicitation for commodities 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; quotes are being requested and a written solicitation will NOT be issued.
This is a competitive Request for Quote (RFQ) and the solicitation number for this requirement is FA282322Q0023. The Contracting Squadron at Eglin, AFB, Florida, 32542 requires Commodity in accordance with the Statement of Work dated July 26, 2022. This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, FAR Part 13, Simplified Acquisition Procedures, and FAR Part 13.5 Simplified Acquisition Procedures for Certain Commercial Items, as supplemented. This procurement will be conducted as a 100% Small Business set- aside; please identify your business size in your response based upon this standard. Award will be made to the lowest priced, responsible Offeror whose offer conforms to all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements.
The North American Industry Classification System code (NAICS) is 238210, Electrical Contractors and Other Wiring Installation Contractors, with a size standard of $16.5M. A firm fixed price contract will be awarded. There will be no advance payments.
The Offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers.
The Government is not responsible for any costs incurred or associated with preparation and submission of an offer in response to this solicitation. NO OFFERORS WILL BE COMPENSATED FOR SUBMITTING AN OFFER.
REQUIREMENT:
CLIN 0001 FIRM-FIXED PRICE (QTY 1 EACH) Removal/Install New Public Address System IAW SOW July 26, 2022
The Contracting Officer has determined that there is a high probability of adequate price competition for this acquisition. Upon examination of the initial offers, the Contracting Officer will review this determination and if, in the Contracting Officer’s opinion, adequate price competition exists no additional cost information will be requested. However, if at any time during the evaluation the Contracting Officer determines that adequate price competition no longer exists, Offerors may be required to submit information to the extent necessary to determine the price fair and reasonable.
BASIS FOR AWARD: In accordance with FAR 13.106-1(a)(2) offerors are notified that the award will be made to the lowest priced offeror that meets the minimum technical requirements. Offeror will be evaluated in accordance with FAR 13.106-2(b)
Offerors must submit quotations for all items listed. Partial offers will not be considered for award.
In accordance with, FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary.
All offerors are required to complete the Representations and Certifications (Attachment #3) and return with the quote.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06 effective 2/26/2022, DFARS effective Aug 1, 2022, and
AFFARS Effective: July 1, 2022 )
All offers must list SAM number, GAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a CAGE code, please visit https://www.sam.gov/portal/public/SAM/. Lack of registration in SAM database with the selected NAICS will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration.
SITE VISIT scheduled 17 August - Please see attachment 3 SVL for instructions to attend.
DEADLINE: ONLY WRITTEN QUESTIONS WILL BE ACCEPTED Submit any questions to the attention of Stephanie Aiken by email to stephanie.aiken@us.af.mil and gini.hicks.1@us.af.mil SUBJECT: FA282322Q0023 PUBLIC ADDRESS SYSTEM
no later 2:00 PM CST on August 18, 2022.
Provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition
- Addendum to 52.212-1-(c), Period for Acceptance of Offers. This paragraph is tailored as follows: “The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers.”
- Submit offers electronically via email. The title of the documents shall include the Part number and the offeror’s CAGE code.
(i.e. “Part I: Cover Page Cage #”). Submit offers to the following email addresses:
Stephanie Aiken, stephanie.aiken@us.af.mil and Gini Hicks, gini.hicks.1@us.af.mil. Offerors shall submit offers, allowing sufficient time for the upload to be completed by the offer submission closing date and time.
-
- Only electronic versions of offers will be accepted. Paper copies of offers will be rejected and not considered for award.
- The following instructions prescribe the format for offers, and describes the approach to be used for the development and presentation of offer data. The offer shall include all of the information requested in the specified instructions. Failure to include all information requested may adversely affect the evaluation and may result in a determination that the offer is unawardable.
- Offers shall be complete and be organized into the following parts:
-
- PART I: Price
- PART II: Technical Capability Documentation
-
- The content of each part is described below:
- Offers shall be complete and be organized into the following parts:
1. fill-in 52.213-3 (Addendum) Annual Representations and Certifications statement and any other required fill-ins.
a. PART I: PRICE
b. PART II; Technical Capability Documentation: Limited to 15 Page(s)
1. Your submitted documentation will be evaluated against the Technical Factors as defined in Addendum 52.212-2.
a. Qualifications
b. Materials
c. Design
(End Addendum)
Provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, if used, and the specific evaluation criteria to be included in paragraph (a) of that provision
- Methodology. This acquisition will utilize the Lowest Price Technically Acceptable (LPTA) approach, in which, the Government intends to award to an offeror with a technically acceptable quote at the lowest overall total evaluated price. The LPTA approach does not permit tradeoffs between price/cost and past performance, and will include an evaluation for technical acceptability.
- Relative Importance. The Government’s evaluation will be based on the following factors and sub-factors:
- Factor 1 – Price
- Factor 2 – Technical Acceptability
Price and Technical, when combined, are equal when evaluated.
- Offers which are unrealistic in terms of technical acceptability or price may be rejected at any time during the evaluation process. The Government reserves the right to make an award without discussions; however, discussions may be conducted with all, some, or none of the offerors.
- The Government intends to award a Firm-Fixed Price (FFP) Contract as a result of this solicitation.
Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition.
(End Addendum)
See attached document for remaining clauses
Attachments/Links
Contact Information
Contracting Office Address
- ADMIN ONLY NO REQTN CP 850 882 5040 308 WEST D AVE BLDG 260 STE 130
- EGLIN AFB , FL 32542-5418
- USA
Primary Point of Contact
- Stephanie Aiken
- stephanie.aiken@us.af.mil
Secondary Point of Contact
History
- Sep 13, 2022 10:56 pm CDTCombined Synopsis/Solicitation (Updated)
- Aug 10, 2022 10:55 pm CDTSources Sought (Original)
- Aug 05, 2022 03:52 pm CDTCombined Synopsis/Solicitation (Updated)
- Aug 05, 2022 01:02 pm CDTCombined Synopsis/Solicitation (Updated)
- Aug 04, 2022 10:43 am CDTCombined Synopsis/Solicitation (Updated)
- Aug 04, 2022 10:33 am CDTCombined Synopsis/Solicitation (Updated)
- Aug 04, 2022 10:31 am CDTCombined Synopsis/Solicitation (Updated)
- Aug 04, 2022 10:28 am CDTCombined Synopsis/Solicitation (Updated)
- Aug 04, 2022 10:20 am CDTCombined Synopsis/Solicitation (Updated)
- Aug 03, 2022 03:36 pm CDTCombined Synopsis/Solicitation (Original)