MS ANG CRTC Vehicle Denial Barrier Repair
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 (Original)
- Original Published Date: Aug 19, 2024 01:25 pm CDT
- Original Date Offers Due: Sep 18, 2024 02:00 pm CDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Oct 03, 2024
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: J063 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
- NAICS Code:
- 238990 - All Other Specialty Trade Contractors
- Place of Performance: Gulfport , MS 39507USA
Description
This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6: Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number W50S7K-24-R-0008 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures.
This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2024-05 effective 22 May 2024, and the Defense Federal Acquisition Regulations (DFARS) updated 29 July 2024. The provisions and clauses incorporated into this solicitation are contained within this combined synopsis/solicitation and within all attachments to the same. This requirement is being Set-Aside for a Small Business under NAICS 238990 with a small business size standard of $19,000,000.
Performance Work Statement: SEE ATTACHED DOCUMENT
CLIN 0001 VEHICLE DENIAL BARRIER 1 JOB
The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary to refurbish and upgrade the Front Gate Vehicle Denial Barriers to fully functional working condition. Additionally, the contractor will properly dispose of all replaced materials.
Delivery: 120 Days ARO.
A contract will be awarded to the responsible offeror whose quote conforms to the solicitation and is the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process.
The following factors will be used to evaluate the proposal and given equal consideration: Technical, Price, and Past Performance. Technical Acceptability shall be evaluated as acceptable or not acceptable. Price evaluation shall be based on the lowest reasonable evaluated price. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein.
Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. Quotes shall include 1) itemized pricing for each Contract Line-Item Number (CLIN) with a total item amount and 2) a detailed description of services being offered identifying how the contractor shall meet requirements of the PWS. Quotes submitted without a detailed description of the services being offered and/or only restate the government provided scope of work will not be considered and shall be removed from further consideration.
This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at https://www.acquisition.gov. See attached applicable provisions and clauses. Quotes must be for all items stated, partial quotes will not be considered.
Only firm fixed price offers will be evaluated.
Deadline for receipt of your quote is established for no later than 2:00 P.M. CDT, Wednesday, 18 September 2024. Please email quote to james.nelson.78@us.af.mil and michael.hornbeck@us.af.mil .
SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register online go to http://www.sam.gov/.
A site survey will be held at Building 154 of the Combat Readiness Training Center, 4715 Hewes Ave Gulfport, MS 39507, on 28 August 2024, 12:30 CST. This will be the one and only site survey. If you plan to attend, complete Attachment 1 and inform the POCs below of your planned attendance. Emails will be sent to james.nelson.78@us.af.mil and michael.hornbeck@us.af.mil.
All questions concerning this requirement must be submitted by Friday, 6 September 2024 @ 10:00 AM (CDT). Questions will be answered via an amendment to this solicitation. Questions are to be submitted electronically to james.nelson.78@us.af.mil and michael.hornbeck@us.af.mil.
Attachments/Links
Contact Information
Contracting Office Address
- KO FOR MSANG DO NOT DELETE 4715 HEWES AVE BLDG 146
- GULFPORT , MS 39507-4324
- USA
Primary Point of Contact
- SMSgt Michael S. Hornbeck
- michael.hornbeck@us.af.mil
- Phone Number 2282146168
Secondary Point of Contact
- Mr. James Nelson
- james.nelson.78@us.af.mil
- Phone Number 2282146072
History
- Oct 03, 2024 10:55 pm CDTCombined Synopsis/Solicitation (Updated)
- Aug 19, 2024 01:42 pm CDTCombined Synopsis/Solicitation (Updated)
- Aug 19, 2024 01:25 pm CDTCombined Synopsis/Solicitation (Original)