Quartz Window Ledges
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: Sep 22, 2023 03:23 pm CDT
- Original Published Date: Sep 21, 2023 08:57 am CDT
- Updated Date Offers Due: Sep 25, 2023 12:00 pm CDT
- Original Date Offers Due: Sep 25, 2023 12:00 pm CDT
- Inactive Policy: Manual
- Updated Inactive Date: Oct 01, 2023
- Original Inactive Date: Oct 01, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z2AA - REPAIR OR ALTERATION OF OFFICE BUILDINGS
- NAICS Code:
- 238350 - Finish Carpentry Contractors
- Place of Performance: Montgomery , AL 36112USA
Description
GENERAL INFORMATION
The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg. 804, Maxwell AFB, AL has a requirement to purchase and install Quartz Window Ledges for Bldg 1400A on Maxwell AFB, AL. 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; quotes are being requested and a written solicitation will not be issued.
The solicitation number for this procurement is F2XHC63214AW01 and is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated clauses and provisions and (see attached) are those in effect in the Federal Acquisition Circular (FAC) 2023-05, Defense Publication Notice (DPN) 20230817 and Air Force Acquisition Circular (AFAC) 2021-0726.
A firm-fixed priced award will be made in accordance with the following: NAICS Code: 238350; Size Standard: $19.0M
IMPORTANT NOTES:
- THE GOVERNMENT IS SOLICITING FOR “OPEN MARKET” QUOTES ONLY. (GSA) QUOTES OR OTHER GOVERNMENT-WIDE ACQUISITION CONTRACTS (GWAC) QUOTES WILL NOT BE CONSIDERED.
- ALL PRODUCTS MUST BE NEW: NO REFURBISHED OR USED ITEMS WILL BE ACCEPTED.
- THIS IS REQUIREMENT IS BEING SOLICITED AS A 100% SMALL BUSINESS SET-ASIDE. ONLY QUOTATIONS RECEIVED FROM SMALL BUSINESSES WILL BE REVIEWED.
NATURE OF ACQUISITON
42CES/CEF has a requirement to procure and install Quartz Window Ledges for Bldg 1400A on Maxwell AFB, AL.
SCHEDULE OF SUPPLIES/SERVICES:
The offeror shall provide the necessary books below:
CLIN
Description of Requirement
Qty
0001
Quartz Window Ledges in accordance with (IAW) Statement of Work (SOW) para. 4.3.
18 Ea
0002
Installation in accordance with (IAW) Statement of Work (SOW) para. 4.3.
1 Ea
DELIVERY INFORMATION
LeMay Center
Building 1400A
Maxwell AFB, AL 36112 5931
QUOTATION PREPARATION INSTRUCTIONS
- To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Failure to do so may result in an offer being determined non-responsive and ineligible for award. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.
- Offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers. Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will be considered late and handled in accordance with FAR 52.212-1(f). Multiple offers will not be accepted under this Request for Quotation nor will multiple awards be considered.
- THE OFFEROR’S QUOTE PACKAGE SHALL INCLUDE THE FOLLOWING:
The offeror must submit dated quote on company letterhead with unit prices and extended prices in response to this solicitation.
-
- Manufacturer Specifications: The offeror shall provide detailed manufacturer specifications that clearly demonstrate an ability to meet the minimum requirements of the Statement of Requirements as outlined in SOW para 4.3. Manufacturer specifications (i.e. product information, brochures) must be included to clearly corroborate how all minimum requirements would be met by the offeror’s quote.
-
- Project Milestone Plan (PMP): The offeror shall provide a PMP that establishes a timeline from issuance of the contract through the installation of the new furniture and removal/disposal of the old furniture and debris. The Project Milestone Plan will be incorporated into the contract. The exact format and content of the PMP is at the offeror’s discretion, but it shall be expressed in terms of “days after contract” and include, at a minimum, a timeline for;
Description
Days after Contract
Product Preparation
Product Delivery
Removal of Materials/Debris
Installation
Total # of Days to Contract Completion
-
- Representations and Certifications:
-
-
- IAW 52.212-3, the offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through
-
(u) of this provision, including the additions to (c) (11) at 52.212-3, Alternate I.
-
-
- Offeror must confirm country of origin. If any products offered are not a domestic, qualifying country, or designated country end product IAW DFARS 252.225-7001 (Buy American and Balance of Payments Program), offerors are required to submit a completed copy of the DFARS 252.225-7000 (Buy American--Balance of Payments Program Certificate) certification, from SAM, with their quote.
-
-
- SECTION 889: Offerors must complete and return with quote the provisions 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and 52.204-26, Covered Telecommunications Equipment or Services- Representation.
-
- Interested parties capable of providing the requirement must include discount terms, tax identification number, cage code, and DUNS.
- To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Systems for Award Management (SAM) database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220.
- Responses to this notice shall be provided in writing via email to both the Contract Specialist, SrA Chase Flowers at chase.flowers@us.af.mil and the Contracting Officer, SSgt Drew Matter at drew.matter@us.af.mil All responses shall be received NLT 12:00pm CST on 25 September 2023. Email is the preferred method. Upon receipt of your quote, the Government will confirm receipt within 24 hours. If a confirmation has not been received within 24 hours, please contact the Contract Specialist or the Contracting Officer identified in this notice.
BASIS FOR AWARD
- This will be a competitive best value acquisition utilizing FAR 13, Simplified Acquisition Procedures. Award will be made to the lowest priced offeror that meets the minimum criteria identified below. Quotes will be assigned ratings of Acceptable (clearly meets minimum requirements) and Unacceptable (does not clearly meet minimum requirements).
Manufacturer Specifications: The offeror provided detailed manufacturer specifications will be evaluated to ensure the products provided clearly demonstrate an ability to meet the minimum requirements of the Statement of Work as outlined in SOW para 4.3.
- Price: The Government may use any of the following price analysis techniques IAW FAR 13.106-3(a) to determine price reasonableness: competitive quotes, comparison of the proposed price with prices found reasonable on previous purchases, a comparison with similar items in a related industry, comparison to an independent Government estimate, or any other reasonable basis.
ATTACHMENTS (4):
Attachment #1 – Statement of Work (SOW)
Attachment #2 – Contract Clauses and Provisions
Attachment #3 – Color Sample Requested
Attachment #4 – Floor Plan – Third Floor
[End]
Attachments/Links
Contact Information
Contracting Office Address
- ADMINISTRATIVE ONLY NO REQUISITIONS 50 LEMAY PLAZA S
- MAXWELL AFB , AL 36112-6334
- USA
Primary Point of Contact
- SrA Chase Flowers
- chase.flowers@us.af.mil
- Phone Number 3349534745
Secondary Point of Contact
- SSgt Drew Matter
- drew.matter@us.af.mil
- Phone Number 3349537835
History
- Oct 01, 2023 10:55 pm CDTCombined Synopsis/Solicitation (Updated)
- Sep 21, 2023 08:57 am CDTCombined Synopsis/Solicitation (Original)