SOLICITATION NOTICE
42 -- 99 CES Fire Extinguisher Service
- Notice Date
- 2/22/2024 1:47:51 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- FA4861 99 CONS LGC NELLIS AFB NV 89191-7063 USA
- ZIP Code
- 89191-7063
- Solicitation Number
- FA486124R0010
- Response Due
- 3/1/2024 10:00:00 AM
- Archive Date
- 03/16/2024
- Point of Contact
- Lisa Hallberg, Rachel Tilley, Phone: 7026823366
- E-Mail Address
-
lisa.hallberg.1@us.af.mil, rachel.tilley.1@us.af.mil
(lisa.hallberg.1@us.af.mil, rachel.tilley.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- ***The Solicitation has been updated to add the Questions and Answers***** This is a supplement to the SF1449 for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Government intends to award a Blanket Purchase Agreement (BPA) from this solicitation. For additional details regarding the BPA, please reference: �Attachment 1 - FA486124R0010 SF 1449 Solicitation.� 1. The solicitation number is FA486124R0010. This solicitation is issued as a Request for Proposal (RFP). A Firm Fixed Price type contract will be awarded. 2. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-04, effective 31 January 2024. 3. This combined synopsis/solicitation is being issued as a total Small Business set-aside, and the associated NAICS code is 811310 (Fire extinguisher repair and maintenance, without installation), Small Business Size Standard $12.5M. 4. Description of Services: The Contractor shall provide the 99th Civil Engineering Squadron (CES) with services for the annual, 6-year, 12-year inspection, maintenance, repair, testing, and halon recharging of 295 (each), 150-lb wheeled fire extinguishers on Nellis AFB. For more information, please see: �Attachment 2- PWS � 99 CES Fire Extinguisher Service� Period of Performance:� 1 April 2024 � 31 Mar 2029 Place of Performance:� Nellis AFB, NV FOB Point: Destination All applicable provisions and clauses can be found in: �Attachment 1 - FA486124R0010 SF 1449 Solicitation.� 5. INSTRUCTIONS TO OFFERORS � Commercial Services � FAR 52.212-1 (Sep 2023) REQUIREMENTS. All proposals shall include the following minimum information: Product Specifications, Cage Code, UEI, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. IAW FAR 52.204-7 and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the System for Award Management (SAM) database prior to contract award. Lack of SAM registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at http://www.sam.gov.com to register. 7. EVALUATION � Commercial Items � FAR 52.212-2 (Nov 2021) The Government will award a BPA resulting from this solicitation to the responsible offeror whose offer is the lowest price, technically acceptable. This is an �all or none� requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated. The following factors shall be used to evaluate offers: Factor 1 � Technical Factor 2 � Price Factor 1 � Technical. Contractor�s proposal demonstrates their ability to perform the services in accordance with the attached Performance Work Statement: ATTACHMENT 2 � PWS �99 CES Fire Extinguisher Service Offers will be evaluated for technical acceptability. To be considered technically acceptable an offeror shall meet all requirements as outlined in the PWS and: Provide proof of an active license of Fire Protection Licensing, in any state, with: (1) License Type (A-Portable Fire Extinguishers with low- and high-pressure hydrostatic testing) (2) License # (3) License Status (4) Renewal Date Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Demonstrated ability to perform the service IAW the PWS, AND Provided proof of active Fire Protection Licensing, as outlined in this solicitation and 4.1 of the PWS. Unacceptable Offeror did not provide all necessary information. Factor 2 - Price.� The Government will conduct a price evaluation of all offers, receiving (1) an Acceptable Rating for Factor 1- Technical. The Government will utilize an Abstract of Offers by arranging offers from Lowest price to Highest price. The Government will begin the evaluations with the lowest priced offer. Once a lowest priced, technically acceptable offer is identified, evaluations will cease. The Government will evaluate an offer by the total price of Attachment 3 � Price List.� An offer is not complete unless all columns have been completed. Submitted prices shall not be submitted using (2) digits beyond the decimal point.� Price per Lot is required in column E which will calculate the total price for each item. Estimated quantities provided will establish the total cost for the year and will calculate at the bottom. 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. 5. QUESTIONS AND ANSWERS: All questions must be submitted via email to Lisa Hallberg at lisa.hallberg.1@us.af.mil. The deadline for submitting questions is Tuesday, 20 February 2024 at 10:00 AM PST. Questions submitted after the aforementioned cutoff date and time will not be reviewed or answered. The answers will be provided by Thursday, 22 February 2024 at 2:00 PM PST. All responses to questions will be posted to SAM.gov for viewing. 8. Proposals are due no later than Friday, 1 March 2024 at 10:00am PST. Only offers submitted electronically, via email, will be considered for this requirement. Submit offers to Lisa Hallberg at lisa.hallberg.1@us.af.mil. Please include the solicitation number, FA486124R0010, in the Subject Line of the email to ensure prompt receipt of your proposal. DELIVERABLES: At a minimum, Offerors shall provide the following with their proposal: Capability Statement� Attachment 1 � FA486124R0010 SF 1449 Solicitation (signed) Attachment 3 � Price List (completed) Proof of Fire Protection Licensing Offers that do not include a complete proposal will be deemed unresponsive and not considered. Attachment 1- FA486124R0010 SF 1449 Solicitation Attachment 2- PWS � 99 CES Fire Extinguisher Service Attachment 3- Price List Attachment 4 -�Wage Determination 15-5593 R24
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d4faa1c11942481ca6b270f4bc64c3e7/view)
- Place of Performance
- Address: Nellis AFB, NV 89191, USA
- Zip Code: 89191
- Country: USA
- Zip Code: 89191
- Record
- SN06974123-F 20240224/240222230048 (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 |