Alabama Bids > Bid Detail

Package Unit Rental

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159169254800605
Posted Date: Jun 5, 2023
Due Date: Jun 7, 2023
Solicitation No: 3136AQ01
Source: https://sam.gov/opp/918499aa46...
Follow
Package Unit Rental
Active
Contract Opportunity
Notice ID
3136AQ01
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AETC
Office
FA3300 42 CONS CC
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jun 05, 2023 03:36 pm CDT
  • Original Date Offers Due: Jun 07, 2023 12:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 09, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: W041 - LEASE OR RENTAL OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code:
    • 532490 - Other Commercial and Industrial Machinery and Equipment Rental and Leasing
  • Place of Performance:
    Montgomery , AL 36112
    USA
Description

GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in this document. 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. This requirement is issued as a Request for Quote (RFQ) (Reference-Number (F2X3CE3136AQ01) The solicitation document and incorporated provisions and clauses are those in effect in the Federal Acquisition Circular (FAC) 2020-07, Defense Publication Notice (DPN) 20200605 and Air Force Acquisition Circular (AFAC) 2020-0420. A Firm Fixed Priced Award will be made in accordance with the following: NAICS Code: 532490; size standard: 40M The Defense Priorities and Allocations System rating is C9E. IMPORTANT NOTES:

1.THE GOVERNMENT IS SOLICITING FOR “OPEN MARKET” QUOTES ONLY.GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BECONSIDERED.

2.ALL PRODUCTS MUST BE NEW; NO REFURBISHED OR USED ITEMS WILL BEACCEPTED.

3.THIS REQUIREMENT IS BEING SOLICITED AS A 100% SMALL BUSINESS SET-ASIDE.

NATURE OF ACQUISITION: Building 668 at Maxwell (AFB) has a requirement to purchase the below listed items outlined in CLIN 0001and CLIN 0002. This procurement will be awarded under Simplified Acquisition Procedures. All inquiries/responses to this notice must be received by 7 June 2023, 12:00 p.m. CST. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following items: CLIN 0001: Package Unit Rental CLIN 0002: Installation/Decommissioning/FreightQty: 6 MONTHS

DELIVERY INFORMATION Delivery Address: 525 Chennault Cir. Bldg. 668 Maxwell AFB, AL 36112 Shipping will be FOB Destination QUOTATION PREPARATION INSTRUCTIONS 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.

a.The offeror must submit dated quote with unit prices and extended prices in response tothis solicitation. In doing so and without taking any exception to the requirements of thissynopsis/solicitation, including specification, “Schedule of Supplies/Services”, and termsand conditions, the offeror accedes to all solicitation requirements. Offerors must clearlyidentify any exception to the solicitation terms and conditions and provide completeaccompanying rationale.

b.The offeror shall complete only paragraphs (b) of this provision if the Offeror hascompleted the annual representations and certification electronically via the System forAward Management (SAM) Web site located at http://www.sam.gov/portal. If theOfferor has not completed the annual representations and certifications electronically, theOfferor shall complete only paragraphs (c) through (u) of this provision.

DELIVERY: The offeror shall provide a PMP that establishes a timeline from issuance of the contract to the location identified in this solicitation. 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 Ordering

Product Delivery

Total # Days Until Contract Completion

c.Interested parties capable of providing the requirement must include discount terms, taxidentification number, cage code, and DUNS.

d.To be eligible to receive an award resulting from this RFQ, contractors must be registeredin the DoD Systems for Award Management database, no exceptions. To register, pleasevisit http://www.sam.gov or by calling 1-866-606-8220.

e.Responses to this notice shall be provided in writing via e-mail to Dinah Young-Perdue at dinah.young_perdue@us.af.mil, (334) 953-7758. All responses shall be received NLT 7 June 2023 at 12:00 p.m. CST. Email is the preferred method.

IMPORTANT NOTE: Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. BASIS FOR AWARD This will be a competitive best value acquisition utilizing FAR 13.5, Simplified Procedures for Certain Commercial Items. Award will be based on technical acceptability and price. This requirement will be awarded to the lowest priced offeror meeting technical acceptability. 1.Technical acceptability: The offerer will be determined technically acceptable if they meet thefollowing:a.Offeror must provide the service that meets the minimum specifications described in"Schedule of Supplies/Services" CLIN 0001, CLIN 0002 and the Statement of Work.Quotes will be assigned ratings of acceptable (clearly meets the minimum requirement) or unacceptable (does not clearly meet the minimum requirements). 2.Price: The Government shall order each offeror’s quote by price from lowest priced to highestpriced. Award will be made to the lowest priced, technically acceptable offeror. The Governmentmay use any of the following price analysis techniques IAW FAR 13.106-3(a) to determine pricereasonableness: competitive quotes, comparison of the proposed price with prices foundreasonable on previous purchases, a comparison with similar items in a related industry,comparison to an independent Government estimate, or any other reasonable basis.The Government intends to award a contract without discussions. The Government, however, reserves the right to conduct discussions if deemed in its best interest.


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
Secondary Point of Contact


History
  • Jun 05, 2023 03:36 pm CDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >