COMBINED SYNOPSIS/SOLICITATION:
This is a combined synopsis/solicitation for commercial services 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 announcement constitutes the only solicitation; quotations are being requested and a written solicitation is attached. Solicitation W50S9H-22-Q-0007 incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) 2022-07, dated 8/10/2022. This requirement is set-aside 100% Small Business. North American Industry Classification System Code (NAICS) is 333999 – All Other Miscellaneous General Purpose Machinery Manufacturing, with a size standard of 500 Employees. All qualified Small Businesses under this industry are encouraged to submit quotations.
Description of Requirement: FIRE EXTRACATION EQUIPMENT
CLIN 0001 – 7 3/8 INCH C-CUTTER - PN: 0730-ESLC-29-18V
CLIN 0002 – 28" SPREADER - PN: 0730-ES-100-28-M18
CLIN 0003 - 40" TELESCOPING RAM - PN: 0730-ETLS-40-M18
CLIN 0004 - RAM BASE EXTENSION KIT - PN: 0730-STRMRAMBAS
CLIN 0005 - COMBINATION TOOL - PN: 0730-ESBFCC-28-M18
REFERENCES:
The following publications are available electronically at https//www.acquisition.gov/
Federal Acquisition Regulation (FAR)
Defense Federal Acquisition Regulation Supplement (DFARS)
SPECIAL INSTRUCTIONS:
Offerors shall be required to return the attached Standard Form 1449 Solicitation, W50S9H-22-Q-0007 signed and filled in appropriately as their offer along with any additional information required to be submitted by FAR 52.212-1 Instructions to Offerors Addenda and any additional fill-in provisions.
All contractors MUST be registered in the System for Award Management (SAM) http://www.beta.sam.gov database at the time of submission of quotes.
This is a brand name requirement in accordance with the attached Brand Name Justification.
***Offers must include sufficient information to include all technical specifications for the Governments review and determination of technical acceptability. Failure to include sufficient technical information may result in determination of unacceptability.
Quotes must include estimated delivery date, DUNS/ CAGE Code and Tax Identification number.
QUESTIONS DUE DATE AND TIME:
All questions concerning this solicitation shall be sent via email to: WI.CRTC.VF.Contracting@us.af.mil by 16 September 2022 at 1:00 PM CDT.
A question and answer (Q&A) will be posted, if required, approximately 2 business days after all questions have been received.
OFFER DUE DATE AND TIME:
Offers are due 22 September 2022 at 01:00 PM CDT.
Offerors MUST provide quote via e-mail only.
LATE OFFERS:
Offerors are responsible for submitting quotations, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in this solicitation by the time specified in the solicitation. Quotations or modification of quotations received at the e-mail address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)).
CONTRACTING OFFICE CONTACT INFORMATION:
All offers and questions pertaining to this solicitation shall be sent by email to the following email address: WI.CRTC.VF.Contracting@us.af.mil
****The Government will NOT answer questions via telephone.