SOLICITATION NOTICE
J -- Cheyenne Mountain SFS Water Treatment
- Notice Date
- 8/13/2024 4:37:05 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- FA2517 21 CONS BLDG 350 PETERSON SFB CO 80914-1117 USA
- ZIP Code
- 80914-1117
- Solicitation Number
- FA251724Q0064
- Response Due
- 9/16/2024 9:00:00 AM
- Archive Date
- 10/01/2024
- Point of Contact
- MSgt Eric Wienke, Phone: 7195565386, Tracie Winfree, Phone: 7195561256
- E-Mail Address
-
eric.wienke@spaceforce.mil, tracie.winfree@spaceforce.mil
(eric.wienke@spaceforce.mil, tracie.winfree@spaceforce.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Solicitation. This is a combined synopsis/solicitation for commercial services 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; quotations are being requested and a written solicitation will not be issued. The 21st Contracting Squadron (21 CONS), intends to utilize this Request for Quotation (RFQ), under solicitation number FA251724Q0064, to award a Firm Fixed Price (FFP) purchase order. The Government intends to award one contract to the responsible Offeror whose quotation represents the lowest price technically acceptable to the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05 effective as of 05/22/2024. Defense Federal Acquisition Regulation Supplement effective as of 07/29/2024. Department of the Air Force Federal Acquisition Regulation Supplement DAFAC 2024-0612 effective as of 06/12/2024. This requirement is being solicited as 100% small business set-aside. For this acquisition, the North American Industry Classification System (NAICS) code is 238220 - Plumbing, Heating, and Air-Conditioning Contractors and the small business size standard is $19M. All prospective Offerors must have a Commercial and Government Entity (CAGE) code and be registered with System for Award Management (SAM) at http://www.sam.gov. Provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Sep 2023), does apply to this acquisition and the following addendums apply: Paragraph (c) is revised to the following: Period for acceptance of�offers. The�offeror�agrees to hold the prices in its�offer�firm for 60 calendar days from the date specified for receipt of�offers. Paragraph (g) is revised to the following: Contract award (not applicable to Invitation for Bids). The Government intends to award a FFP contract resulting from the RFQ to the responsible Offeror whose quotation represents the lowest price technically acceptable (LPTA) to the Government. To be eligible for award, the Offer must receive acceptable rating for all factors.� The evaluation factors that establish the requirements of acceptability shall be set forth in this RFQ.� The Government intends to award based on the initial quotation submission without interchanges. Offerors who do not quote the entire package requested will be considered non-responsive and their quotation may not be evaluated. The Government intends to select one contractor; however, the Government reserves the right to award no contract at all. � Provision at FAR 52.212-2, Evaluation-Commercial Items (Nov 2021) is NOT used in this solicitation. The evaluation procedures are outlined in this document. The Offeror shall have FAR 52.212-3, Offeror Representations and Certifications- Commercial Items completed within their active registration located at https://www.sam.gov. FAR clauses 52.212-4, Contract Terms and Conditions � Commercial Items (Nov 2023), and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items (May 2024), apply to this solicitation. All provisions and clauses are listed in Attachment 3 of this RFQ. Additionally, all clauses and provisions may be found in full text at the following site: https://www.acquisition.gov/. Description of Requirement. This requirement is for the Contractor to furnish, all personnel, equipment, tools, materials, supplies, transportation and labor necessary to perform testing and monitoring for water treatment of cooling towers and closed loop systems: Inside Cooling Towers; Outside Cooling Towers; Inside Closed Loops, and maintenance of Water Treatment System units at Cheyenne Mountain Space Force Station (CMSFS), Colorado. Period of Performance (PoP). The projected PoP for this purchase order is from 27 September 2024 to 29 March 2030, if all option periods are exercised, including the six-month extension allowed per FAR clause 52.217-8. Contract Line Item (CLIN). See Attachment 2, CLIN Pricing Sheet. � Defense Priorities and Allocations System (DPAS) Rating: Not Applicable � Quotation Preparation and Submission: Offerors shall complete and submit a quotation with the following information: Cover Letter, Technical, and Price, as identified in this RFQ. The details for assembly of the quotation are identified below. Table-1. Quotation Section Title/RFQ Reference Page Limit Cover Letter 1 Factor 1. Technical Approach Technical Approach [TW1]�15 Factor 2. Price CLIN Pricing Sheet (Attachment #2) 3 Details for assembly of the quotation: Cover Letter shall be provided with the following information:� Offerors Company Name and address POC (Name, email and phone) of individual(s) authorized to make decisions on behalf of the company. Offeror�s UEI and Cage code A statement that the offeror understands the requirement(s) specified in the PWS and will meet the performance standards and requirements therein. Attachment #2 � CLIN Price Sheet � complete yellow cells ONLY Technical Approach (see section 11, subfactor 1 below) Table of Contents, Glossaries, Tabs, and List of Acronyms do not count against the page limit. Pages shall be single line spaced; with a minimum 1-inch margin all around. The font shall be no smaller than 10 point and no larger than 12 point for general text, text in tables, charts, graphs, and figures. No condensed fonts allowed; Times New Roman or Arial font only. No condensed fonts allowed. If page limits are exceeded, the excess pages will not be read or considered in the evaluation of the quotation. Any deviation from the RFQ requirements and format may result in non-consideration of the quotation. Additional Instructions to Offerors. Offerors shall respond to this RFQ via e-mail by 16 September 2024 at 10:00 AM, Mountain Time. All quotations should be sent to MSgt Eric Wienke, at eric.wienke@spaceforce.mil before the due date and time specified. It is the offerors responsibility to ensure quotations are received by the date and time established in the RFQ.� It is highly encouraged that offerors do not wait until the last moment to send your response as there are sometimes delays in receipts of emails. Any quotation received after the submission time and date will be considered late and may not be considered.� Site Visit:� �A site visit will be offered on 26 August 2024 at 0900 Mountain Time. All interested parties that would like to attend the site visit, please send an email to MSgt Eric Wienke eric.wienke@spaceforce.mil� no later than 1 PM, Mountain Time, 21 August 2024.� In the subject line include Site Visit FA251724Q0064-Substation. It is important to respond timely and not wait until the last moment to submit the request for the site visit. The site visit will be held on location at the Cheyenne Mountain Complex. This is a restricted area to the public. When requesting attendance, note that a limit of two personnel is allowed per company/firm. The following information is required in order to reserve attendance and work installation access requirements: Member�s Full Name Date of Birth Driver�s License number, city/state (must be current/active) All questions regarding the RFQ package must be submitted to the above e-mail addresses by 28 August 2024 at 1300 hours MT. Any questions asked over the telephone will not be answered. Any questions received after this date and time may not be answered. Offerors must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawfpiee.eb.mil/ to complete your registration. Organizational Conflicts of Interest. All Offerors shall identify any conflict of interest or appearance issues that might be a potential Organizational Conflict of Interest. � Notice to Offerors. The Government reserves the right to cancel this RFQ, 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. � Basis for Award. The Government intends to award a FFP contract resulting from the RFQ to the responsible Offeror whose quotation represents the lowest price technically acceptable (LPTA) to the Government. To be eligible for award, the Offer must receive acceptable rating for all factors.� The evaluation factors that establish the requirements of acceptability shall be set forth in this RFQ.� The Government intends to award based on the initial quotation submission without interchanges. Offerors who do not quote the entire package requested will be considered non-responsive and their quotation may not be evaluated. The Government intends to select one contractor; however, the Government reserves the right to award no contract at all. Since award will be based on initial responses, Offerors are highly encouraged to quote their most advantageous pricing in their initial response. The responses to this RFQ are intended to be evaluated, and award made, without interchanges unless interchanges are deemed to be in the best interest of the Government. Interchanges are fluid interaction(s) between the Contracting Officer (CO) and the Contractors that may address any aspect of the quote and may or may not be documented in real time. Offeror responses to interchanges will be considered in making the award selection decision. Interchanges may be conducted with one (1), some, or all Offeror�s as the Government is not required to conduct interchanges with any or all offerors responding to this RFQ. If the Government enters interchanges, the Government will may not request final quote revisions. � Evaluation Criteria. Evaluation criteria will include the following factors: �������������� Factor 1 � Technical Approach �������������� Factor 2 � Price Factor 1 � Technical Approach Acceptability of this factor is based on an Offeror providing an adequate approach to addressing key elements of the PWS. The submission shall document the Offeror�s processes and capabilities to demonstrate an understanding of the requirement and not just restate the PWS. To meet the minimum level of acceptability, the approach must include a maintenance plan consistent with the PWS. Additionally, for the one-time water treatment system installation, the approach must include drawings of the proposed install and delivery method(s). The following table shall be used for the evaluation of Factor 1: Adjectival Rating Description Acceptable Quote meets the requirements of the solicitation. Unacceptable Quote does not meet the requirements of the solicitation. Factor 2 � Price: Next, all quotations that receive an acceptable technical rating will undergo price analysisbe ranked from lowest to highest price. If the lowest price is determined fair and reasonable, award will be made to that offeror.� The Offerors� total evaluated prices (TEPs) will be evaluated for price reasonableness. The TEP will be the only discriminator amongst Offerors for this factor. Price analysis shall be used to evaluate the price reasonableness of each Offeror�s TEP.� Adequate price competition is anticipated and exists if two or more responsible offerors, competing independently, submit priced offers that satisfy the Government�s expressed requirements. Therefore, the Offerors� total evaluated prices (TEPs) will be evaluated for price reasonableness. The TEP will be the only discriminator amongst Offerors for this factor. Price analysis shall be used to evaluate the price reasonableness of each Offeror�s TEP. � The Offeror shall submit a price for each CLIN contained within Attachment 3 (yellow cells ONLY). As per FAR 52.217-8, the Government may extend performance of any services unilaterally. The option to extend under this clause may be exercised at any point during the life of the contract and may be exercised more than once; however, the total extension of performance under this option shall not exceed six months. For pricing of FAR 52.217-8, it will automatically be calculated based on the Offeror�s pricing for Option Year 4 for evaluation purposes. The Offeror shall submit a monthly priceunit and extended pricing for all contract periods (base period and option years one (1) through fourfour (44) for all applicable CLINs (Attachment 2). As per FAR 52.217-8, the Government may extend performance of any services unilaterally. The option to extend under this clause may be exercised at any point during the life of the contract and may be exercised more than once; however, the total extension of performance under this option shall not exceed six months. For the purpose of evaluating the TEP, pricing for option year five (5) shall be calculated based on the Offeror�s pricing for Option Year 4. The Government may compare Offeror TEPs, compare TEPs to the Independent Government Estimate (IGE), or may use other price analysis techniques per FAR 13.106-3(a). Evaluation of option prices shall not obligate the Government to exercise the options. For purposes of evaluation, the TEP is defined in Attachment 2. Attachments: Performance Work Statement dated 29 AugJul 24 CLIN Price Sheet Provisions & Clauses Wage Determination, Rev 27 dated 22 July 2024 �[TW1]Is 20 pages too much/too little, this is a default number.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e34b63da1c8e41f89cedad548fe31fd5/view)
- Place of Performance
- Address: Colorado Springs, CO, USA
- Country: USA
- Country: USA
- Record
- SN07167826-F 20240815/240813230118 (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 |