SOLICITATION NOTICE
W -- Edwards AFB Sewer Cleaner Truck Rental
- Notice Date
- 5/17/2022 4:19:07 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532412
— Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
- Contracting Office
- FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Solicitation Number
- FA930122Q0022
- Response Due
- 5/24/2022 12:00:00 PM
- Archive Date
- 06/08/2022
- Point of Contact
- John Wagner, Phone: 6612773268, Thomas Prothro
- E-Mail Address
-
john.wagner.15@us.af.mil, thomas.prothro@us.af.mil
(john.wagner.15@us.af.mil, thomas.prothro@us.af.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement, a written solicitation will not be issued. Under this solicitation, a Request for Quotation (RFQ) is hereby issued and is identified under solicitation number FA9301-22-Q-0022.� This solicitation uses simplified acquisition procedures contained in FAR Part 13.� All responsible sources may submit a firm-fixed price (FFP) quote in response to this RFQ. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-06 (effective 1 May 2022), Defense Federal Acquisition Regulation Supplement Publication Notice 20220428 (28 Apr 2022), and Air Force Acquisition Circular - AFAC 2022-0502 (effective 2 May 2022). The Government intends to award a contract resulting from this solicitation to the company who submits the offer deemed the best value to the Government.� This solicitation is issued for full and open competition.� The associated NAICS code is 532412�Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing.� The corresponding small business size standard is $35 Million, and the FSC code is W099. � The Air Force Test Center (AFTC), Directorate of Contracting, Edwards AFB, CA is seeking sources who are capable of providing for lease (rental) of one (1) Vactor 2100i Vacuum Truck (Sewer Cleaner) vehicle to be delivered to 225 N. Rosamond Blvd (Bldg 3500), Edwards AFB, CA 93524.� The vacuum truck rental shall be delivered for use by the 412 CES/CEOEM organization for a period of six months.� Also, the Contractor will be responsible for pick-up of the rental vehicle at the end of the rental period.� Estimated Rental period:� May 31, 2022 to November 30, 2022.� Please reference the attached Statement of Objectives (SOO) for a list of requirements for the vacuum truck rental. A Vactor 2100i Sewer Cleaner Truck or equivalent vacuum truck is desired.� Please Note: �Preparation of a quotation in response to this RFQ shall take into consideration monthly pricing for renting the specified vacuum truck, the cost for delivering the vehicle and the cost for vehicle pick-up.� Additionally, respondents to this solicitation shall include in the quotation pricing for extending the rental period for an optional six months.� Combined, the initial rental period and optional extension would constitute a total rental period of one year.���� ������ The Contractor shall furnish transportation, labor, materials, and tools necessary to deliver the vacuum truck as described in the SOO and in this notice.� The period for the proposed lease begins with the delivery date of the rental vehicle and ends with vehicle pick-up.� Please note: The target date for delivery of the rental vehicle is 31 May 2022.� Please specify in the quotation the earliest date available for delivery of the rental vehicle. �� Below is a description for the proposed line items: CLIN 0001 � Monthly Lease of Vactor 2100i Vacuum Truck for a period of six months. The Contractor shall make available vehicle repair and maintenance services should these services become necessary during the six month rental period.� ������ CLIN 0002 � Delivery of vacuum truck to 225 N. Rosamond Blvd (Bldg 3500), Edwards AFB, CA 93524. CLIN 0003 -- Pick-up of vacuum truck upon completion of the rental period. � CLIN 1001 � Monthly lease for extending rental period for up to six months (Optional). Other Requirements:� To gain access to Edwards AFB, Contractor employees will be subject to a criminal history background check and all company owned vehicles must have current vehicle registration, proof of insurance, and the driver must have a valid driver�s license.� It is the Contractor�s responsibility to ensure employees and managers are compliant with applicable Air Force Instructions and OSHA regulations and with all federal, state, and local laws.� Also, the Contractor shall comply with federal, state, and local Environmental laws and regulations.� RESPONDENTS to this solicitation are to prepare a Quotation that details the terms for leasing one vacuum truck with the features and specifications provided in this solicitation. �Please provide details in the quotation to specify what is included for each line item. The quotation package will be evaluated based on:� Price, Technical Acceptability to include the Delivery Date.� Contract award will be based on the best value to the Government and will go to the company who is able to meet all the requirements specified in this solicitation at the lowest quoted price. ����� Quotes submitted in response to this solicitation must be submitted via email, by May 24, 2022, 12:00 pm, Pacific Time to the following Government Representatives:� john.wagner.15@us.af.mil, Phone 661-277-3268 thomas.prothro@us.af.mil, Phone 661-609-3356. Please include the following information with your quote: Cage Code, UEI, Tax Identification Number, Prompt Payment Terms, and date the offer expires. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW the procedures under FAR 13.106-2 and FAR 52.212-2.� Award will be made to the offer that is deemed most advantageous to the Government.� The Government intends to award without discussion.� ��� LATE OFFERS: Offerors are hereby reminded that an e-mail transmission of the quote/offer will not be recognized as a timely submission unless it is received by the Government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the time specified, WILL NOT be considered (IAW FAR 52.212-1(f)). All contractors must be registered in the System for Award Management (SAM) in accordance with FAR 52.204-7 prior to any contract award. Clauses and Provisions: This solicitation incorporates provisions and clauses by reference, with the same force and effect as if they were given in full text.� Please see attached Model contract for a full listing of the applicable clauses and provisions including those requiring fill-ins.� The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with the quotation or offer.� Please complete fill-ins for FAR Provisions 52.204-24, 52.204-26, and 52.223-22.� Also, complete fill-ins for DFARS Provision 252.204-7017. �For FAR 52.212-3 and FAR 52.212-3, Alt I, the Contracting Officer will review each offeror�s responses for these clauses in the System for Award Management (SAM); therefore, completion of these fill-ins is not required as part of the response to this solicitation. PROVISIONS AND CLAUSES INCORPORATED BY FULL TEXT IAW FAR 52.201(c) Agency approved provisions and clauses prescribed in agency acquisition regulations, and provisions and clauses not authorized by subpart 52.3 to be incorporated by reference, need not be incorporated in full text. (1) Provisions and clauses must be completed by the offeror or prospective contractor and must be submitted with the quotation or offer (2) The following electronic address may be accessed for full text of clauses and provisions: https://www.acquisition.gov/ 52.212-1�Instructions to Offerors�Commercial Products and Commercial Services. As prescribed in�12.301(b)(1), insert the following provision: Instructions to�Offerors�Commercial Products�and�Commercial Services�(Nov 2021) ������(a)�North American Industry Classification System (NAICS) code and small business size standard.�The NAICS code(s) and small business size standard(s) for this�acquisition�appear elsewhere in the�solicitation. However, the small business size standard for a concern that submits an�offer, other than on a�construction�or service�acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees if the�acquisition� Is set aside for small business and has a value above the�simplified acquisition threshold; Uses the�HUBZone�price evaluation preference regardless of dollar value, unless the�offeror�waives the price evaluation preference; or Is an 8(a),�HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. ������(b)�Submission of�offers. Submit signed and dated�offers�to the office specified in this�solicitation�at or before the exact time specified in this�solicitation.�Offers�may�be submitted on the�SF 1449, letterhead stationery, or as otherwise specified in the�solicitation. As a minimum,�offers�must�show� �����������(1)�The�solicitation�number; �����������(2)�The time specified in the�solicitation�for receipt of�offers; �����������(3)�The name, address, and telephone number of the�offeror; �����������(4)�A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the�solicitation. This�may�include product literature, or other documents, if necessary; �����������(5)�Terms of any express�warranty; �����������(6)�Price and any discount terms; �����������(7)�""Remit to"" address, if different than mailing address; �����������(8)�A completed copy of the representations and certifications at Federal�Acquisition�Regulation (FAR)�52.212-3�(see FAR�52.212-3(b) for those representations and certifications that the�offeror�shall�complete electronically); �����������(9)�Acknowledgment of�Solicitation�Amendments; �����������(10)�Past performance�information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and �����������(11)�If the�offer�is not submitted on the�SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the�solicitation.�Offers�that fail to furnish required representations or information, or reject the terms and conditions of the�solicitation�may�be excluded from consideration. ������(c)�Period for acceptance of�offers. The�offeror�agrees to hold the prices in its�offer�firm for 30 calendar days from the date specified for receipt of�offers, unless another time period is specified in an addendum to the�solicitation. ������(d)�Product samples. When required by the�solicitation, product samples�shall�be submitted at or prior to the time specified for receipt of�offers. Unless otherwise specified in this�solicitation, these samples�shall�be submitted at no expense to the Government, and returned at the sender�s request and expense, unless they are destroyed during preaward testing. ������(e)�Multiple�offers.�Offerors�are encouraged to submit multiple�offers�presenting alternative terms and conditions, including alternative�line items�(provided that the alternative�line items�are consistent with FAR�subpart� 4.10), or alternative�commercial products�or�commercial services�for satisfying the requirements of this�solicitation. Each�offer�submitted will be evaluated separately. ������(f)�Late submissions, modifications, revisions, and withdrawals of�offers. (1)�Offerors�are responsible for submitting�offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the�solicitation�by the time specified in the�solicitation. If no time is specified in the�solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that�offers�or revisions are due.�� (2)�(i)�Any�offer, modification, revision, or withdrawal of an�offer�received at the Government office designated in the�solicitation�after the exact time specified for receipt of�offers�is ""late"" and will not be considered unless it is received before award is made, the�Contracting Officer�determines that accepting the late�offer�would not unduly delay the�acquisition; and- ���������������������(A)�If it was transmitted through an�electronic commerce�method authorized by the�solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working�day�prior to the date specified for receipt of�offers; or ���������������������(B)�There is acceptable evidence to establish that it was received at the Government installation designated for receipt of�offers�and was under the Government�s control prior to the time set for receipt of�offers; or ���������������������(C)�If this�solicitation�is a request for proposals, it was the only proposal received. ����������������(ii)�However, a late modification of an otherwise successful�offer, that makes its terms more favorable to the Government, will be considered at any time it is received and�may�be accepted. �����������(3)�Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the�offer�wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. �����������(4)�If an�emergency�or unanticipated event interrupts normal Government processes so that�offers�cannot be received at the Government office designated for receipt of�offers�by the exact time specified in the�solicitation, and urgent Government requirements preclude amendment of the�solicitation�or other notice of an extension of the closing date, the time specified for receipt of�offers�will be deemed to be extended to the same time of�day�specified in the�solicitation�on the first work�day�on which normal Government processes resume. �����������(5)�Offers�may�be withdrawn by written notice received at any time before the exact time set for receipt of�offers. Oral�offers�in response to oral�solicitations�may�be withdrawn orally. If the�solicitation�authorizes facsimile�offers,�offers�may�be withdrawn via facsimile received at any time before the exact time set for receipt of�offers, subject to the conditions specified in the�solicitation�concerning facsimile�offers. An�offer�may�be withdrawn in person by an�offeror�or its authorized representative if, before the exact time set for receipt of�offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the�offer. ������(g)�Contract award (not applicable to Invitation for Bids). The Government intends to evaluate�offers�and award a contract without discussions with�offerors. Therefore, the�offeror�s initial�offer�should�contain the�offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the�Contracting Officer�to be necessary. The Government�may�reject any or all�offers�if such action is in the public interest; accept other than the lowest�offer; and waive informalities and minor irregularities in�offers�received. ������(h)�Multiple awards. The Government�may�accept any item or group of items of an�offer, unless the�offeror�qualifies the�offer�by specific limitations. Unless otherwise provided in the Schedule,�offers�may�not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the�offeror�specifies otherwise in the�offer. ������(i)�Availability of requirements documents cited in the�solicitation. �����������(1)�(i)�The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this�solicitation�may�be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L�Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978. ����������������(ii)�If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this�solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this�solicitation�may�be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. �����������(2)�Most unclassified Defense specifications and standards�may�be downloaded from the following ASSIST websites: ����������������(i)�ASSIST (�https://assist.dla.mil/online/start/). ����������������(ii)�Quick Search (�http://quicksearch.dla.mil/). ������������(3)�Documents not available from ASSIST�may�be ordered from the Department of Defense Single Stock Point (DoDSSP) by- ����������������(i)�Using the ASSIST Shopping Wizard (�https://assist.dla.mil/wizard/index.cfm); ����������������(ii)�Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or ����������������(iii)�Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. �����������(4)�Nongovernment (voluntary) standards�must�be obtained from the organization responsible for their preparation, publication, or maintenance. ������(j)�Unique entity identifier.(Applies to all�offers�that exceed the�micro-purchase threshold, and�offers�at or below the�micro-purchase threshold�if the�solicitation�requires the Contractor to be�registered in the System for Award Management (SAM).) The�Offeror�shall�enter, in the block with its name and address on the cover page of its�offer, the annotation ""Unique Entity Identifier"" followed by the�unique entity identifier�that identifies the�Offeror's name and address. The�Offeror�also�shall�enter its�Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the�unique entity identifier. The suffix is assigned at the discretion of the�Offeror�to establish additional SAM records for identifying alternative EFT accounts (see FAR�subpart� 32.11) for the same entity. If the�Offeror�does not have a�unique entity identifier, it�should�contact the entity designated at�www.sam.gov�for�unique entity identifier�establishment directly to obtain one. The�Offeror�should�indicate that it is an�offeror�for a Government contract when contacting the entity designated at�www.sam.gov�for establishing the�unique entity identifier. ������(k)�[Reserved] ������(l)�Debriefing. If a post-award debriefing is given to requesting�offerors, the Government�shall�disclose the following information, if applicable: �����������(1)�The agency�s evaluation of the significant weak or deficient factors in the debriefed�offeror�s�offer. �����������(2)�The overall evaluated cost or price and technical rating of the successful and the debriefed�offeror�and�past performance�information on the debriefed�offeror. �����������(3)�The overall ranking of all�offerors, when any ranking was developed by the agency during source selection. �����������(4)�A summary of the rationale for award; �����������(5)�For�acquisitions�of�commercial products, the make and model of the product to be delivered by the successful�offeror. �����������(6)�Reasonable responses to relevant questions posed by the debriefed�offeror�as to whether source-selection procedures set forth in the�solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of provision) 52.212-2�Evaluation�Commercial Products and Commercial Services. Evaluation�Commercial Products�and�Commercial Services�(Nov 2021) ������(a)�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. The following factors�shall�be used to evaluate�offers:� � (i) Price. �������� (ii) Technical Capability of Contractor to meet the Government requirement to include the Delivery Date. �����(b)�Options. The Government will evaluate�offers�for award purposes by adding the total price for all�options�to the total price for the basic requirement. The Government�may�determine that an�offer�is unacceptable if the�option�prices are significantly unbalanced. Evaluation of�options�shall�not obligate the Government to exercise the�option(s). ������(c)�A written notice of award or acceptance of an�offer, mailed or otherwise furnished to the successful�offeror�within the time for acceptance specified in the�offer,�shall�result in a binding contract without further action by either party. Before the�offer�s specified expiration time, the Government�may�accept an�offer�(or part of an�offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) (xi) The provision at FAR 52.212-2 ""Evaluation -- Commercial Items"" applies to this acquisition. (a) Addendum to the provision at FAR 52.212-2 ""Evaluation -- Commercial Items"": 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 the technical factor considered. Award will be made using a Lowest Price Technically Acceptable (LPTA) approach; the Government will award to the lowest priced offeror that is determined technically acceptable. The following factors shall be used to evaluate offers: (i) Factor 1 - Price, (ii) Factor 2 - Technical Capability including Delivery Date; this factor will be rated Acceptable/Unacceptable. (i) Price � The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The government shall evaluate price for reasonableness. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The lowest price offer will then have its Technical Capability evaluated for technical acceptability (Acceptable/Unacceptable). (ii) Technical capability is measured at the time of the offer to meet the Government requirement; (Your offer package MUST clearly show and demonstrate your company�s ability to meet the stated requirements outlined in the Statement of Objectives (SOO). (End of Addendum)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8ad1c2a286c5452da4d219cd575fc106/view)
- Place of Performance
- Address: Edwards, CA 93524, USA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN06329337-F 20220519/220517230102 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |