SOLICITATION NOTICE
38 -- Mini Compact Excavator
- Notice Date
- 2/14/2025 11:01:57 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333120
— Construction Machinery Manufacturing
- Contracting Office
- FA6606 439 CONF PK WESTOVER AFB MA 01022-1508 USA
- ZIP Code
- 01022-1508
- Solicitation Number
- FA660625Q0003
- Response Due
- 2/28/2025 11:00:00 AM
- Archive Date
- 03/15/2025
- Point of Contact
- Rosalie M. Connelly, Phone: 4135572326, KYLE KALAGHER, Phone: 4135572137
- E-Mail Address
-
rosalie.connelly.1@us.af.mil, KYLE.KALAGHER.1@US.AF.MIL
(rosalie.connelly.1@us.af.mil, KYLE.KALAGHER.1@US.AF.MIL)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- (i) 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; Quotes are being requested and a written solicitation will not be issued. (ii) Solicitation number FA660625Q0003, is hereby issued as a Request for Quotes (RFQ) for a Mini-Compact Excavator. A contract will be issued without discussions as a Firm-Fixed Price (FFP) award utilizing FAR Part 13, Simplified Acquisition Procedures. (iii) This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2025-03 and the Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20250117, and Defense Air Force Federal Acquisition Regulation Supplement 20241016. It is the contractor's responsibility to become familiar with applicable provisions and clauses by visiting https://www.acquisition.gov/. (iv) This solicitation is a 100% small business set aside and is restricted to small businesses only in accordance with FAR 19.502-2(b). The North American Industry Classification System Code (NAICS) is 333120 � Construction Machinery Manufacturing; Small Business Size Standard is 1250 employees. (v) For Technical Acceptability the Vendor MUST provide: a. Unit & total price per CLIN as outlined in the attachment CLIN Schedule FA660625Q0003 Excavator b. Description of unit, to include specifications and salient features included in the Compact Excavator Salient Features (attached) c. Warranty description including duration and coverage. Failure to provide warranty information may result in disqualification (vi) Description of Requirement: The vendor will provide proposed pricing for a Mini-Compact Excavator to support our construction and landscaping operations. Technical requirements are listed in the Compact Excavator Salient Features (attached) (vii) Acceptance is FOB destination: 439 MSG/CE, 250 Patriot Avenue, Westover ARB, MA 01022-1537 United States (viii) Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Quotes must include the following information: Pricing, Company Name & Address, Point of Contact, Telephone, Email, Cage Code, UEI Number, and Business Size. Unless already completed on SAM.gov as part of annual certifications, vendors MUST certify provision 52.204-24 and 52.204-26 by completing the attached PDF titled, FA660625Q0003 Clause Set and submitting it with their Quote. Vendor Solicitation amendments, if any, need to be acknowledged. (ix) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. This requirement will be awarded on a basis of Lowest Price Technically Acceptable (LPTA). Price - Total evaluated price will be used and will be calculated by determining the sum of CLINS 0001 and 0002. Technical Acceptability - Quotes will be evaluated on an acceptable or unacceptable basis. To receive an acceptable rating, vendors MUST provide detailed information regarding specifications stated in the Compact Excavator Salient Features (attached) including warranty duration and coverage. Failure to provide warranty information may result in disqualification. (x) Unless already completed on SAM.gov as part of annual certifications, Vendors MUST certify provision 52.212-3 - Offeror Representations and Certifications-Commercial Items by filling in the appropriate fields in attached PDF titled, FA660625Q0003 Clause Set and submitting with your Quote. (xi) Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii) IAW FAR 52.204-16, prospective awardees shall have an active Cage Code prior to award of a government contract. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/SAM/. All vendors interested and capable of obtaining contract award must be registered with the Wide Area Work Flow (WAWF) located at https://piee.eb.mil/piee-landing/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition. (xv) Quotes must be submitted via email no later than (NLT) 2:00 PM EST Friday 28 February 2025 to rosalie.connelly.1@us.af.mil & kyle.kalagher.1 @us.af.mil with Solicitation FA660625Q0003 in the subject line. Requests for Information (RFI) concerning this requirement must be submitted in writing to the email list above no later than 2:00 PM EST Monday 21 February 2025. (xvi) Questions concerning this solicitation should be directed to rosalie.connelly.1@us.af.mil & kyle.kalagher.1@us.af.mil. Ensure to include the solicitation number FA660625Q0003 in the subject line.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d7c9f14f0abe4d6a9d3318836838607d/view)
- Place of Performance
- Address: Chicopee, MA 01022, USA
- Zip Code: 01022
- Country: USA
- Zip Code: 01022
- Record
- SN07343844-F 20250216/250214230029 (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 |