Ohio Bids > Bid Detail

AFIT Studio Soundproofing

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 56 - Construction and Building Materials
Opps ID: NBD00159436697927495
Posted Date: Aug 17, 2023
Due Date: Sep 1, 2023
Solicitation No: FA860123Q0141
Source: https://sam.gov/opp/840c33de54...
Follow
AFIT Studio Soundproofing
Active
Contract Opportunity
Notice ID
FA860123Q0141
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Office
FA8601 AFLCMC PZIO
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: Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 17, 2023 08:13 am EDT
  • Original Date Offers Due: Sep 01, 2023 12:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 16, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5640 - WALLBOARD, BUILDING PAPER, AND THERMAL INSULATION MATERIALS
  • NAICS Code:
    • 238310 - Drywall and Insulation Contractors
  • Place of Performance:
    Wright Patterson AFB , OH 45433
    USA
Description

This combined synopsis/solicitation is expected to result in the award of a firm-fixed-price contract for Studio Soundproofing for the Air Force Institute of Technology (AFIT) at Wright-Patterson Air Force Base as described under the requirements section (Statement of Work – Attachment 1) 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 combines synopsis/solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) FAC 2023-04, effective 2 June 2023; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20230720, effective 20 July 2023; and Department of the Air Force Acquisition Circular (DAFAC) 2023-0707, effective 7 July 2023.



This announcement constitutes the only combined synopsis/solicitation; proposals are being requested and a written solicitation will not be issues. An award, if any, will be made to the lowest priced Offeror who submits a proposal that:



1. Conforms to the requirements of the combined synopsis/solicitation.



2. That receives a rating of “Acceptable” on the Technical Capability evaluation factor.



3. Contains the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable.



*Please include the total proposed price in the submission email or on a cover page of the proposal.





Solicitation Number: FA8601-23-Q-0141



Submittal of quotes in response to this solicitation constitutes agreement by the Offeror of 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 at website https://www.acquisition.gov/. The Government reserves the right to award without discussions or make no award at all depending upon the quality of proposals received and the price fairness and reasonableness of the proposals received.





Acceptable means of Submission: All submissions must be submitted electronically to both of the following email address, jessica.congi@us.af.mil and jessica.wade@us.af.mil by Friday, 1



September 2023 by 12:00 PM Eastern Daylight Time.





Any correspondence sent via email must contain the subject line “FA8601-23-Q-0141, AFIT Studio Soundproofing.” The entire proposal must be contained in a single email, unless otherwise approved. Emails with compressed files will not be accepted. Note that email filters at Wright-Patterson Air Force Base are designed to filter emails 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 email may not get through the email 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 the email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent. The email filter may delete any other form of attachments. A confirmation email will be sent once the proposal is received. If you do not receive a confirmation email within 24 hours of submitting the proposal, please reach out to the point of contact listed on the solicitation.





Period of Performance: Completion no later than 30 September 2023



Delivery Destination: Identified in SOW



Delivery 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)



Requirement: Studio Soundproofing for six (6) studios for AFIT at Wright-Patterson Air Force base, in accordance with the Statement of Work, dated 12 July 2023 (Attachment 1).



Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination.



Basis for Award: The anticipated award is Firm-Fixed Price – Lowest Price Technically Acceptable. 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. Technical Capability and Price will be used to evaluate all offers.





Technical or Quality: The proposal will be evaluated to the extent to which it can meet and/or exceed the Government’s requirements as outlined in the solicitation and based on the information requested in the instructions to offerors section of the solicitation.



Price: The Government will evaluate the price by adding the total of all line item prices, including all options.



Proposal Content: The proposals may be in any format, but shall consist of two separate parts, a technical proposal and a price proposal.



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 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 requirement as described in the SOW.



The proposal MUST include:



1. Proposing company’s name, address, Cage Code, and TIN



2. Point of contact’s name, phone, and email



3. Quotation number & date



4. Timeframe that the quote is valid



5. Itemized price list for each CLIN



6. Total price including shipping (Net 30), No Progress Payments



7. Completed copy of representations and certificates





Important Notice to Contractors: Quotations 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 listed in the SOW (Attachment 1). The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the Offeror.





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 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 OFFERORS:



The following paragraphs in the provision at FAR 52.212-1-Instructions to Offerors-Commercial Items are tailored as follows:



(a) North American Classification System (NAICS) code and small business size standard are as specified in the solicitation document.



(b) Submission of offers is as prescribed in the text of this solicitation.





Attachments



1. Statement of Work (SOW)



2. Solicitation – Model Contract



3. Reps & Certs




Attachments/Links
Attachments
Document File Size Access Updated Date
2. Solicitation - FA860123Q0141.pdf (opens in new window)
2 MB
Public
Aug 17, 2023
3. Reps_and_Certs.pdf (opens in new window)
494 KB
Public
Aug 17, 2023
1. Soundproofing Statement of Work.pdf (opens in new window)
159 KB
Public
Aug 17, 2023
file uploads

Contact Information
Contracting Office Address
  • CP 937 656 5842 1940 ALLBROOK DR BLDG 1 RM 109
  • WRIGHT PATTERSON AFB , OH 45433-5344
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Aug 17, 2023 08:13 am EDTSolicitation (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 >