Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 30, 2025 SAM #8465
MODIFICATION

54 -- AMARG Hazardous Material Storage Building

Notice Date
1/28/2025 2:47:45 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
FA4877 355 CONS PK DAVIS MONTHAN AFB AZ 85707-3522 USA
 
ZIP Code
85707-3522
 
Solicitation Number
FA487725QA116
 
Response Due
2/6/2025 11:00:00 AM
 
Archive Date
02/21/2025
 
Point of Contact
Patricia Murray, Phone: 5202283095
 
E-Mail Address
patricia.murray.6@us.af.mil
(patricia.murray.6@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBO SYNOPSIS - SOLICITATION Hazardous Material Storage Building (i)This is a combined synopsis/solicitation for commercial items prepared in accordance withthe format in FAR Subpart 12.6, as supplemented with additional information included in thisnotice. This announcement constitutes the only solicitation; proposals are being requested and awritten solicitation will not be issued. (ii)Solicitation FA4877-25-Q-A116 is issued as a Request for Quotation (RFQ). (iii)The solicitation document and incorporated provisions and clauses are those in effect throughFederal Acquisition Circular 2025-02 effective 01/03/2025. The DFARS provisions and clausesare those in effect to DFARS dated 12/18/2024. The DAFFARS provisions and clauses are thosein effect to DAFAC 06/12/2024 effective 06/12/2024. The Wage Determination 2015-5473Revision #24 Dated 12/22/2024 will be incorporated into the final contract award. (iv)The associated North American Industrial Classification System (NAICS) code for thisprocurement is 332312 with a small business size standard of 750 EMP. This requirement isissued as a Total Small Business Set-Aside. (v)The Government intends to award a Firm-Fixed Price contract for Hazardous Material StorageBuilding. This request is for the Line items, quantities and unit of measure as shown on Attachment 1 �Pricing Schedule. (vi)The contractor shall provide the specified part numbers below or equal. Equal productsshall meet or exceed the following specifications outlined in the provided SalientCharacteristics document � Attachment 2. (vii)The delivery shall occur no later than 3 months ARO. All items shall be delivered to the 309th Aerospace Maintenance and Regeneration Group (AMARG) � FOB DESTINATION. (viii)FAR 52.212-1 Instructions to Offerors -- Commercial Items (Sep 2023) is herebyincorporated by reference, with the same force and effect as if it were given in full text. Thefollowing have been tailored to this procurement and are hereby added via addenda: (g)The Government intends to evaluate offers and award without discussion, butreserves the right to conduct discussions. 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. (ix)FAR 52.212-2 Evaluation � Commercial Products and Commercial Services (Nov 2021) ishereby incorporated by reference, with the same force and effect as if it were given in fulltext. The following have been tailored to this procurement and are hereby added viaaddenda: (a)The Government will award a contract resulting from this solicitation to theresponsible offeror whose offer conforming to the solicitation will be mostadvantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability - defined and referred to within this solicitation document as the offeror�s capability to meet the defined salient characteristics of the products identified supported by technical data sheet for all products offered. Lead Time � defined as offeror�s stated ability to provide all products requested on or before the timeline specified in section (vii) of this solicitation. Price � defined as the offeror�s total price for all Line items and quantities as requested in Attachment 1 � Pricing Schedule. (x)Each offeror shall include a completed copy of the provision at FAR 52.212-3 and AlternateI, Offeror Representations and Certifications--Commercial Products and Services (May 2024); orconfirmation of registration in www.sam.gov with access to complete Reps & Certs. (xi)The clause at FAR 52.212-4, Contract Terms and Conditions � Commercial Items (Dec2022), is hereby incorporated by reference, with the same force and effect as if it were givenin full text. (xii)The clause at FAR 52.212-5, Contract Terms and Conditions Required To ImplementStatutes Or Executive Orders � Commercial Items (Mar 2023), is hereby incorporated byreference, with the same force and effect as if it were given in full text. (xiii)52.252-1 -- Solicitation Provisions Incorporated by Reference. Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.acquisition.gov Additionally, the following clauses and provisions apply to this acquisition: FAR 52.203-12 Limitation On Payments To Influence Certain Federal Transactions Jun 2020 FAR 52.204-7 (P) System for Award Management Oct 2018 FAR 52.204-8 (P) Annual Representation and Certifications Mar 2023 FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards June 2020 FAR 52.204-13 System for Award Management Maintenance Oct 2018 FAR 52.204-16 (P) Commercial and Government Entity Code Reporting Aug 2020 FAR 52.204-17 (P) Ownership or Control of Offeror Aug 2020 FAR 52.204-18 Commercial and Government Entity Code Maintenance Aug 2020 FAR 52.204-19 Incorporation by Reference of Representations and Certifications Dec 2014 FAR 52.204-20 (P) Predecessor of Offeror (see Attachment 2) Aug 2020 FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. Nov 2021 FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation Oct 2020 FAR 52.222-22 Previous Contracts and Compliance Reports Feb 1999 FAR 52.232-23 Assignment of Claims May 2014 FAR 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Mar 2023 FAR 52.233-1 Disputes May 2014 FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation Apr 1984 FAR 52.247-34 F.O.B. � Destination Nov 1991 DFARS 252.203- 7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7002 Requirement to Inform Dec 2022 DFARS 252.203- 7005 Representation Relating to Compensation of Former DoD Officials Sep 2022 DFARS 252.204- 7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204- 7015 Safeguarding Covered Defense Information and Cyber Incident Reporting Jan 2023 DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services � Representation Dec 2019 DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services � Representation May 2021 DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Jan 2023 Equipment or Services DFARS 252.215- 7008 - (P) Only One Offer Dec 2022 DFARS 252.232- 7003 Electronic Submission of payment Requests and receiving reports Jun 2012 DFARS 252.232- 7006 Wide Area Workflow Payment Instructions Dec 2018 DFARS 252.232- 7010 Levies on Contract Payments Dec 2006 DFARS 252.243- 7001 Pricing of Contract Modifications Dec 1991 DFARS 252.243- 7002 Request For Equitable Adjustment Dec 2022 DFARS 252.244- 7000 Subcontracts for Commercial Items Nov 2023 AFFARS 5352.201- 9101 Ombudsman Oct 2019 DAFFARS 5352.242- 9000 Contractor Access To Air Force Installations Oct 2019 (xiv)NOTICE TO ALL INTERESTED PARTIES: Questions shall be submitted to PatriciaMurray via e-mail at: patricia.murray.6@us.af.mil by 8:00AM MST, Tuesday, 28 January2025. Quotes are due no later than 8:00AM MST Monday, 3 February 2025. Quotes shallinclude the following: a.Part 1- Technical Acceptability - Submit one (1) copy of Technical Data SpecificationSheet for each Line Item offered maximum (5) pages. b.Part 2- Price � Submit one (1) completed, signed copy of Attachment 1 - Pricing Scheduleand itemized quote. c.Part 3- Representations And Certifications (Reps/Certs) � Submit IAW para (x) above Quotes shall be submitted via email to the Contracting Officer - Patricia Murray patricia.murray.6@us.af.mil For information regarding this solicitation, contact Patricia Murray at (520) 228-3095. CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTS Attch #: Item Description: Page(s): 1 Pricing Schedule 1 2 Salient Characteristics 3
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/598af2caa6684a829d556f50e3c6f785/view)
 
Place of Performance
Address: Tucson, AZ 85707, USA
Zip Code: 85707
Country: USA
 
Record
SN07324822-F 20250130/250128230102 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.