Tilt Skillet and Conveyor Dishwasher

Agency: DEPT OF DEFENSE
State: Wyoming
Level of Government: Federal
Category:
  • 73 - Food Preparation and Serving Equipment
Opps ID: NBD00159191637414450
Posted Date: Aug 25, 2023
Due Date: Sep 8, 2023
Solicitation No: FA461323Q1050
Source: Members Only
Follow
Tilt Skillet and Conveyor Dishwasher
Active
Contract Opportunity
Notice ID
FA461323Q1050
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFGSC
Office
FA4613 90 CONS PK
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-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Aug 25, 2023 03:43 pm MDT
  • Original Date Offers Due: Sep 08, 2023 09:00 am MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7320 - KITCHEN EQUIPMENT AND APPLIANCES
  • NAICS Code:
    • 333310 - Commercial and Service Industry Machinery Manufacturing
  • Place of Performance:
    FE Warren AFB , WY 82005
    USA
Description

Combined Synopsis/Solicitation



Solicitation Number: FA461323Q1050



Purchase Description: Conveyor Dishwasher and Tilt Skillet





Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.





This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the SAM.gov as a Total Small Business Set Aside.





The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461323Q1050, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 333310, with a small business standard of 1,000 employees.





The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAR) 2023-04 effective 02 June 2023, Defense Federal Acquisition Regulation Supplement (DFARS) effective 20 July 2023 and Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS) effective 07 July 2023.





DESCRIPTION OF ITEMS/SERVICE: All CLINs F.O.B. Destination.





The 90th Force Support Squadron is seeking to acquire brand name or equal Hobart Model No CLPS86EN-BAS+BUILDUP and Cleveland Range Model Number SGL30T1. The contractor shall provide all items IAW CLIN Characteristics specified in Attachment 4 – Statement of Work. Install is required and shall be included in the CLIN price. Identify the make and model within the quote.





CLIN STRUCTURE:





Shipping cost must be included in the line-item cost.





CLIN 0001: Brand Name or Equal Hobart Model No CLPS86EN-BAS+BUILDUP



Quantity: 1 Unit of Issue: Each



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________





CLIN 0002: Brand Name or Equal Cleveland Range Model Number SGL30T1



Quantity: 1 Unit of Issue: Each



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________





LIST OF ATTACHMENTS:



Attachment 1 – Response Form



Attachment 2 – Additional Clauses and Provisions



Attachment 3 – Supplemental Clauses



Attachment 4 – Statement of Work





PLACE OF DELIVERY: Francis E. Warren AFB, WY 82005





DELIVERY DATE(S): Delivery and work complete 70 days after effective date of the contract. If unable to meet 70-day delivery/service time frame, please submit request to extend delivery with the appropriate deliver time frame via email to amber.moore.15@us.af.mil and trisha.lamarr@us.af.mil no later than 31 Aug 23.





OTHER INFORMATION:



Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at time of submission of quote. Failure to do so will result in the offer being deemed ineligible for award.





QUESTIONS:



Questions shall be received no later than Thursday 31 Aug 23 at 9:00 am (Mountain Daylight Time). Forward responses by e-mail to amber.moore.15@us.af.mil and trisha.lamarr@us.af.mil.





QUOTES:



Responses/quotes MUST be received no later than Friday 8 Sep 23 at 9:00 am (Mountain Daylight Time). Forward responses by e-mail to amber.moore.15@us.af.mil and trisha.lamarr@us.af.mil.







INSTRUCTIONS TO OFFERORS:



Offerors shall comply with FAR 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (Mar 2023)





FAR 52.212-1 is hereby tailored as follows:



1. Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1.



2. After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.



3. The term “offeror” or “offer” as used in FAR 52.212-1 shall be understood to mean “quoter” and “quote,” respectively. Further, the term “award” shall be understood to describe the Government’s issuance of an order.



4. The Government will consider all quotes that are timely received and will not consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable.



5. Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:



5.1 In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission:





5.1.1 Cover page or a completed copy of Attachment 1 – Response Form to include the offeror’s:



5.1.1.1 Company Name and Company Doing Business As (if applicable)



5.1.1.2 Physical Address



5.1.1.3 Cage code and/or Unique Entity ID



5.1.1.4 Point of Contact



5.1.1.5 Phone number



5.1.1.6 Email address



5.1.1.7 Business Type



5.1.1.8 Delivery time with install



5.1.1.9 Statement of Understanding of the Statement of Work





5.1.2 Firm Fixed Pricing to include:



5.1.2.1 Price Per Unit



5.1.2.2 Price Per CLIN



5.1.2.3 Total Price



5.1.2.4 Discount Terms (if applicable)



5.1.2.5 Quote Number (if applicable)





5.1.3 Technical Capability



5.1.3.1 Quote must identify the make and model for each line item.



5.1.3.2 Quote must include product description that reflects the characteristics identified to show that the quality will satisfy the Government’s need.



5.1.3.3 Quote must include the standard commercial warranty for each line item.





EVALUATION:



ADDENDUM TO FAR 52-212-2 EVALUATION—COMMERCIAL ITEMS (Nov 2021)



Paragraph (a) is hereby replaced with the following:





The Government will award 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. Quotes that do not include all requested information in FAR 52.212-1 in 5.1.1 will be considered nonresponsive. Award will be made to the offeror with the lowest price technically acceptable (LPTA). The following factor(s) shall be used to evaluate offers:





1. Technical Capability: items meet the Government requirement/specifications in the description. If all requested information is not provided or does not meet the requirements identified, the Government will determine the quote to be nonresponsive.





2, Price:



2.1 The lowest priced quote will be evaluated for technical acceptability first. The Government will evaluate quotes for acceptability but will not rank the quotes by non-price factors. If the Government receives fewer than three (3) quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives more than three (3) quotes, the Government will only select the three (3) lowest priced quotes to evaluate for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government’s best interest to do so.



2.2 Price will be evaluated using the total evaluated price (TEP) on the bottom-line price for the entire effort. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. Some of those techniques are, but not limited to, comparison of quoted prices received in response to the solicitation and/or comparison of quoted prices with the Independent Government Estimate. Prices must be determined fair and reasonable.



2.3 No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices.



(End of Provision)






Attachments/Links
Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 307 773 3888 7505 BARNES LOOP BLDG 208
  • FE WARREN AFB , WY 82005-2860
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Aug 25, 2023 03:43 pm MDTCombined 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 >