AFIT/EX Signage

expired opportunity(Expired)
From: Federal Government(Federal)
FA8601-19-Q-A087

Basic Details

started - 21 Jun, 2019 (about 4 years ago)

Start Date

21 Jun, 2019 (about 4 years ago)
due - 26 Jun, 2019 (about 4 years ago)

Due Date

26 Jun, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
FA8601-19-Q-A087

Identifier

FA8601-19-Q-A087
Department of the Air Force

Customer / Agency

DEPT OF DEFENSE (707822)DEPT OF THE AIR FORCE (60365)AFMC (17422)AIR FORCE LIFE CYCLE MANAGEMENT CENTER (4855)FA8601 AFLCMC PZIO (1055)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (9)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

COMBINED SYNOPSIS/SOLICITATIONThis combined synopsis/solicitation is expected to result in the award of a firm-fixed-price contract for Various Types of Signage for AFIT/EX as described under the requirements section of this combined synopsis/solicitation and accompanying requirements attachment. This combined synopsis/solicitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) Fac 2005-101, effective 20 July 2018; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20180629, effective 29 June 2018; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2018-0525, effective 25 May 2018.This announcement constitutes the only combined synopsis/solicitation; proposals are being
requested and a written solicitation will not be issued. An award, if any, will be made to the responsible Offeror who submits a proposal that:1. Conforms to the requirements of the combined synopsis/solicitation.2. Receives a rating of "Acceptable" on the Technical Capability evaluation factor.3. Contains the lowest total evaluated price (TEP), provided that theTEP is not unbalanced and is fair and reasonable."Notice to offerors: 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."The combined synopsis/solicitation number for this requirement is FA8601-19-Q-A087 and is hereby issued as a Request for Proposal (RFP) using FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures.The associated North American Industrial Classification System (NAICS) code is 339950 with a small business size standard of 500 employees. This acquisition is set-aside 100% for Small Business Concerns and only qualified offerors may submit proposals.NAICS Code: 339950 - Sign ManufacturingSmall Business Size Standard: 500 EmployeesThe TEP consists of these Contract Line Items Number (CLIN), which should be structured as follows:CLIN 0001- 3.1.1: First Main HallwayCLIN 0002- 3.1.2: Second HallwayCLIN 0003- 3.1.3: Third HallwayCLIN 0004- 3.1.4: Conference RoomCLIN 0005- 3.1.5.1: Two frosted vinyl window clings (19"W x 70.5"H)CLIN 0006- 3.1.5.2: Two frosted vinyl window clings (16"W x 30"H)CLIN 0007- 3.1.5.3: One backlit film display for framed illuminated area (46"H x 63"W)CLIN 0008- 3.1.5.4: One 3/8in Acrylic logo (1.5" x 1.0") dia standoff with white vinyl backerAcceptable means of Submission: All submissions must be submitted electronically to the following email address hannah.wood.3@us.af.mil by 26 June 2019 1:00 P.M. EST.Any correspondence sent via e-mail must contain the subject line "FA8601-19-Q-A087, AFIT/EX Signage" The entire proposal must be contained in a single e-mail, unless otherwise approved, and must not exceed 5 megabytes, including attachments. E-mails with compressed files will not be accepted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent. The email filter may delete any other form of attachments.Submittal of proposals in response to this combined synopsis/solicitation constitutes agreement by the Offeror to all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet website http://farsite.hill.af.mil. The Government reserves the right to award without discussions or make no award depending upon the quality, price fairness, and price reasonableness of the proposals received.Delivery Schedule: 6 weeks ADCDelivery Destination:School of Strategic Force Studies (AFIT/EX)2950 Hobson Way, B642 Rm 219Wright-Patterson AFB, OH 45433-7765Delivery Type: FOB Destination (As defined in FAR 2.101-Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.)Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination.Requirement:The Air Force Institute of Technology School of Strategic Force Studies (AFIT/EX) requires signage to designate their new school. The vendor will be required to remove current signs, install new signage, and move/reinstall old signage. This signage will provide FOC for internal and external campus communication and branding. EX has been housed in the old CCR area and is still labeled as such. Supply of the signage and related services are to be provided in accordance with Statement of Work Revision 2 dated 21 June 2019, (Attachment 1).The anticipated award is Firm-Fixed Price-LPTA.The Government will award a contract resulting from this combined synopsis/solicitation to the responsible Offeror whose offer conforms to the combined synopsis/solicitation and is most advantageous to the Government, price and other factors considered. Technical Capability and Price will be used to evaluate all offers.The proposals may be in any format but MUST include:1. Proposing company's name, address, DUNS number, Cage Code, and TIN.2. Point of contact's name, phone, and email.3. Proposal number & date.4. Timeframe that the proposal is valid.5. Individual item price.6. Total price (Net 30), No Progress Payments.7. Shipping (FOB Destination).8. Delivery Schedule.9. Completed copy of representations and certifications (Attachment 3)Important Notice to Contractors: Proposals MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements outlined in the Statement of Work-Rev 1 (Attachment 1). The Contracting Officer will review proposal based on the factors listed in this combined synopsis/solicitation and the information furnished by the Offeror. Before price is considered, the proposal must meet the technical specifications of this combined synopsis/solicitation.Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this combined synopsis/solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow - Receipt and Acceptance (WAWF - RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/.ADDITIONAL INSTRUCTIONS TO OFFERORSThe following paragraphs in the provision at FAR 52.212-1-Instructions to Offerors-Commercial Items are tailored as follows:(a) North American Industry Classification System (NAICS) code and small business size standard are as specified above.(b) Submission of offers is as prescribed in the text of this combined synopsis/solicitation.Proposal Content: Proposals shall consist of two separate parts, a technical proposal and a price proposal. Length of the proposal shall not exceed ten (10) typed pages.Proposal Detail: The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted.Embellishments Not Desired: Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired.Technical Proposal: Describe how the offeror will provide for the Signage as described in the SOW.CLINs and Provisions and Clauses can be found in Attachment 4.Attachments:1. Statement of Work2. AFIT/EX Building Pictures3. Offeror Reps and Certs4. CLINs and Provisions and ClausesPlease direct all questions to Hannah Wood, hannah.wood.3@us.af.mil

1940 ALLBROOK DRIVE WRIGHT-PATTERSON AFB, Ohio 45433-5309 United StatesLocation

Place Of Performance : 1940 ALLBROOK DRIVE WRIGHT-PATTERSON AFB, Ohio 45433-5309 United States

Country : United StatesState : Ohio

You may also like

EIKON DSWS

Due: 19 Sep, 2024 (in 4 months)Agency: COMMODITY FUTURES TRADING COMMISSION

K12 Insight - Let's Talk

Due: 30 Jun, 2024 (in 2 months)Agency: School District U-46

Classification

339 -- Miscellaneous Manufacturing/339950 -- Sign Manufacturing
naicsCode 339950Sign Manufacturing
pscCode 99MISCELLANEOUS