Access Denied!!!

It appears that you are using a private browser which blocks some scripts necessary for this page to function properly. As a result, you may experience limited functionality or the page may not work at all.

To access this page, please consider using a different browser or switch to the standard version of Firefox.

Thank you for your understanding.

Access Full Project

Publicly Funded

Privately Funded

Bidding Soon

Documents Available

Addenda Available

Post-Bid

Post-Bid

Saving Project...

Full details on over 250,000 Projects including 2000 updated daily available to subscribers

October 16, 2023

November 14, 2023

No Information to Display

Multiple Locations

Service, Maintenance and Supply

No Information to Display

No Information to Display

Public - Federal

img_map_placeholder

Multiple Locations, Nellis AFB, NV

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

Subscribe to View Full Documents

This is a Combined Synopsis/Solicitation for the acquisition of and quarterly for equipment at Nellis Air Force Base. Please see attached Statement of Requirements and supporting SF 1449 (Containing all anticipated Clauses and Provisions) for details. ***Vendor must be local to Nellis Air Force Base in Nevada as they will be going on base several times a year to perform *** (i) 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; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for requirement. (ii) Solicitation Number: FA930224Q0001 **Please provide the full solicitation number on all packages** Interested parties who believe they can meet all the requirements for the described in this synopsis are invited to submit, in writing, a complete . Offerors may utilize the attached SF1449 to complete information in addition to a separate ; ensuring the contains information and pricing for all contract line items (CLINs) included on the SF1449. Offerors are required to submit with their enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via , please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted. This solicitation is issued as a Request for (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2023-05 and DFARS Change 08/17/2023 and DAFAC 2023-0707. (iv) THIS REQUIREMENT WILL BE: 100% to Small Businesses. The North American Industry Classification System (NAICS) number for this acquisition is 561210 "Facilities Support " with a size standard of $47,000,000.00 (v) : TBD (vi) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Products and Commercial (Sep 2023), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/. Offerors shall prepare their quotations in accordance with FAR 52.212-1. In addition, the following information shall be included: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR : 1. SAM UEI: 2. TIN Number: 3. CAGE Code: 4. Contractor Name: 5. Payment Terms (NET 30) or Discount: 6. Point of Contact Name and Phone Number: 7. address: 8. Warranty: 9. Date Offer Expires: 10. FOB Destination: 11. Estimated Lead Time: 12. Completed copy of FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items (Oct 2014) - or - notification that FAR 52.212-3 representations and certifications are on SAM.gov (ix) The provision at FAR 52.212-2, Evaluation--Commercial Products and Commercial (Nov 2021) applies to this acquisition. The Government will a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the product offered to meet the Government requirement; (Your MUST clearly show and demonstrate your company's ability to meet the stated requirements outlined in the attachments. Failure to provide enough information will result in a determination of being unresponsive to the solicitation.) (ii) Price This will be made using the lowest price technically acceptable evaluation methodology. To be found technically acceptable, the must demonstrate the contractor's ability to provide the as outlined in the Statement of Requirements. In addition, the Program Manager will evaluate quotes to determine technical acceptability. It is a pass/fail basis. If a quote fails, it will be determined to be not technically acceptable. Only one will be made under this solicitation. (x) Offerors shall include completed copies of applicable provisions, which are included in the SF1449. Offers will be considered incomplete if these are not included with the . (xi) The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Products and Commercial (Dec 2022), applies to this acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Products and Commercial (Sep 2023), applies to this acquisition. (xii) Additional Contract Requirement or Terms and Conditions: Please find a contemplated list of additional provisions/clauses in the attachments; the final list of clauses is dependent upon actual dollar of the contract and may change from those provided in the attachment. Full text for the clauses and provisions can be accessed via https://www.acquisition.gov/ (xiii) Defense Priorities and Allocation System (DPAS): N/A (xiv) Information: It is the government's intent to without discussions. Therefore, each initial should contain the offeror's best terms from a price and technical standpoint. However, the government reserves the right to conduct discussions if the Contracting Officer (CO) determines that discussions are necessary. Offers are due by 13 October 2023 at 12:00 PM, Pacific Daylight Time (PDT). Offers must be sent via to both Karla Vazquez (Karla_lizette.vazquez_montes@us.af.mil) AND Adam Confer (adam.confer.2@us.af.mil). No late submissions will be accepted. (xv) For additional information regarding this solicitation contact: Primary Point of Contact: Karla Vazquez Contract Specialist Karla_lizette.vazquez_montes@us.af.mil Secondary Point of Contact: Adam Confer Contracting Officer Adam.confer.2@us.af.mil

3 Record(s)

Subscribe to Get All Contact Details

Trades

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet
Subscribe to See All Trade Details

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.