SOLICITATION NOTICE
J -- Wireless Systems Maintenance Services RFQ
- Notice Date
- 3/10/2025 10:49:48 AM
- Notice Type
- Solicitation
- NAICS
- 811210
—
- Contracting Office
- FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Solicitation Number
- F1S3AC4326AC01
- Response Due
- 3/21/2025 10:00:00 AM
- Archive Date
- 04/05/2025
- Point of Contact
- Willie Toles, Phone: 6612772094, Norman Mackie, Phone: 6612775435
- E-Mail Address
-
willie.toles@us.af.mil, norman.mackie.1@us.af.mil
(willie.toles@us.af.mil, norman.mackie.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 1. This is a combined synopsis/solicitation for commercial products or 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; quotes are being requested and a written solicitation will not be issued. This is a Request for Quotation (RFQ). All responsible sources may submit a Firm-Fixed Price (FFP) quote which will be considered by the agency. 2. Solicitation Number: F1S3AC4326AC01 **Please provide the full solicitation number on all packages** 3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02TA and DPN 20190215 and DAFAC 2018-0525. 4. THIS REQUIREMENT WILL BE: OPEN MARKET, Total Small Business set aside. The North American Industry Classification System (NAICS) number for this acquisition is 811210 with a size standard of $34M. Description of services to be acquired: Deliver prioritized and routine maintenance support, both recurring and on-demand, collaborating with relevant maintenance teams to restore equipment functionality. See Performance Work Statement for additional details. 5. CLIN Nomenclature: The following below is like or similar to what the government is looking for: a. CLIN 0001 � Recurring Monthly Maintenance and Repair. The Contractor shall provide priority and routine preventive maintenance support services on a recurring basis in accordance with the Performance Work Statement (PWS), (Qty). 12 b. CLIN 0002 � Equipment Removal and Installation the Contractor shall accomplish removal and installation of equipment in accordance with Performance Work Statement (PWS), Qty. 12 c. CLIN 0003 � Over and Above the Contractor shall repair equipment damage due to neglect or misuse following the procedures outlined in the Performance work Statement (PWS), Qty. 12 d. CLIN 1001 (Option) � Recurring Monthly Maintenance and Repair. The Contractor shall provide priority and routine preventive maintenance support services on a recurring basis in accordance with the Performance Work Statement (PWS), (Qty). 12 e. CLIN 1002 (Option) � Equipment Removal and Installation the Contractor shall accomplish removal and installation of equipment in accordance with Performance Work Statement (PWS) , Qty. 12 f. CLIN 1003 (Option) � Over and Above the Contractor shall repair equipment damage due to neglect or misuse following the procedures outlined in the Performance work Statement (PWS), paragraph 1.2.4.1, Qty. 12 g. CLIN 2001 (Option) � Recurring Monthly Maintenance and Repair. The Contractor shall provide priority and routine preventive maintenance support services on a recurring basis in accordance with the Performance Work Statement (PWS) (Qty). 12 h. CLIN 2002 (Option) � Equipment Removal and Installation the Contractor shall accomplish removal and installation of equipment in accordance with Performance Work Statement (PWS) paragraph 1.2.6, Qty. 12 i. CLIN 2003 (Option) � Over and Above the Contractor shall repair equipment damage due to neglect or misuse following the procedures outlined in the Performance work Statement (PWS), paragraph 1.2.4.1, Qty. 12 j. CLIN 3001 (Option) � Recurring Monthly Maintenance and Repair. The Contractor shall provide priority and routine preventive maintenance support services on a recurring basis in accordance with the Performance Work Statement (PWS) (Qty). 12 k. CLIN 3002 (Option) � Equipment Removal and Installation the Contractor shall accomplish removal and installation of equipment in accordance with Performance Work Statement (PWS) paragraph 1.2.6, Qty. 12 l. CLIN 3003 (Option) � Over and Above the Contractor shall repair equipment damage due to neglect or misuse following the procedures outlined in the Performance work Statement (PWS), paragraph 1.2.4.1, Qty. 12 m. CLIN 4001 (Option) � Recurring Monthly Maintenance and Repair. The Contractor shall provide priority and routine preventive maintenance support services on a recurring basis in accordance with the Performance Work Statement (PWS) (Qty). 12 n. CLIN 4002 (Option) � Equipment Removal and Installation the Contractor shall accomplish removal and installation of equipment in accordance with Performance Work Statement (PWS) paragraph 1.2.6, Qty. 12 o. CLIN 4003 (Option) � Over and Above the Contractor shall repair equipment damage due to neglect or misuse following the procedures outlined in the Performance work Statement (PWS), paragraph 1.2.4.1, Qty. 12 6. Description of requirements for the items to be acquired: a. The Air Force Test Center (AFTC), Edwards Air Force Base (EAFB), CA has a requirement to provide top quality, customer-oriented communications services for Edwards AFB (EAFB), Air Force Research Laboratory (AFRL) and Air Force Plant 42 (AFP 42). (1) Estimated Delivery: 45 DARA FOB: Destination Edwards AFB, CA (2) The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. All provisions and clauses can be viewed in their entirety at acquisition.gov. ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included: 1. PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: UEI Number: TIN Number: CAGE Code: Contractor Name: Payment Terms (net30) or Discount: Point of Contact and Phone Number: Email address: FOB (destination or origin): Warranty (if applicable) Date Offer Expires 2. The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services applies to this acquisition. ADDENDUM to 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 other factors considered. Any resulting contract of this RFQ will be awarded as Firm Fixed-Price. Quotes will be evaluated to determine best value. Price, features of the supply, delivery terms, and warranty terms are all factors to be considered when determining best value. If options are included, 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). 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. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services, with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable. The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Dec 2022), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Products and Commercial Services (Jun 2023), applies to this acquisition. The following clauses cited in FAR 52.212-5 apply to this acquisition: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Nov 2021), with Alternate I FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) FAR 52.204-23 Prohibition on Contracting or Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Dec 2023 FAR 52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-27 Prohibition on a ByteDance Covered Application (June 2023) FAR 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jan 2025) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2022) FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2020) FAR 52.219-8 Utilization of Small Business Concerns (Jan 2025) FAR 52.219-28 Post Award Small Business Program Representation (Jan 2025) FAR 52.222-3 Convict Labor (June 2003) FAR 52.222-35 Equal Opportunity for Veterans (Oct 2020) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2020) FAR 52.222-37 Employment Reports on Veterans (Jun 2020) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) FAR 52.222-50 Combating Trafficking in Persons Alternate I (Mar 2015) FAR 52.223-20 Aerosols (May 2024) FAR 52.223-23 Sustainable Products and Services (May 2024) FAR 52.232-33 Payment by Electronic Funds Transfer�System for Award Management (Oct 2018) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) (xiii) Additional Contract Requirement or Terms and Conditions: The following is a contemplated list of provisions/clauses; the final list of clauses is dependent upon actual dollar value of the contract award and may change from the list provided below. SOLICITATION PROVISIONS FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-26 Covered Telecommunications Equipment or Services Representations (Oct 2020) FAR 52.209-7 Information Regarding Responsibility Matters (Oct 2018) FAR 52.212-2 Evaluation�Commercial Products and Commercial Services (Nov 2021) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 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 252.215-7008 Only One Offer (Oct 2022) DFARS 252.225-7000 Buy American Statute-Balance of Payments Program Certificate (Feb 2024) DFARS 252.225-7031 Secondary Arab Boycott of Israel (Jun 2005) DFARS 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (Dec 2018) ADDITIONAL CONTRACT CLAUSES FAR 52.203-3 Gratuities (Apr 1984) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.217-2 Cancellation Under Multi-year Contracts (Oct 1997) FAR 52.223-5 Pollution Prevention and Right-to-Know Information (May 2024) FAR 52-228-5 Insurance-Work on a Government Installation (Jan 1997) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Dec 2022) DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 92) DFARS 252.204-7004 Antiterrorism Awareness Training for Contractors (Jan 2023) DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Information (Jan 2023) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (May 2024) DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2023) DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements (Nov 2023) DFARS 252.211-7003 Item Unique Identification and Valuation (Jan 2023) DFARS 252.225-7048 Export-Controlled Items DFARS 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (Jan 2023) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006 Wide Area Workflow Payment Instructions (Jan 2023) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Jan 2023) DFARS 252.239-7000 Protection Against Compromising Emanations (Oct 2019) DFARS 252.239-7010 Cloud Computing Services (Jan 2023) DFARS 252.239-7018 Supply Chain Risk (Dec 2022) DFARS 252.243-7002 Requests for Equitable Adjustment (Dec 2022) DFARS 252.244-7000 Subcontracts for Commercial Products or Commercial Services (Nov 2023) DFARS 252.246-7003 Notification of Potential Safety Issues (Jan 2023) (xiv) Defense Priorities and Allocation System (DPAS): N/A (xv) Proposal Submission Information: Offers are due by 21 March 2025 at 10:00 AM Pacific Savings Time (PST). Offers must be sent to Willie Toles at willie.toles@us.af.mil and Norman Mackie at norman.mackie.1@us.af.mil via electronic mail. No late submissions will be accepted. Please submit any questions regarding this solicitation, in writing to the POC email listed below. QUESTIONS REGARDING THIS SOLICITATION ARE DUE 13 March 2025 on or before 2:00 PM Pacific Savings Time (PST). (xvi) For additional information regarding this solicitation contact: Primary Point of Contact: Contract Specialist Willie Toles willie.toles@us.af.mil Secondary Point of Contact: Contracting Officer Norman Mackie norman.mackie.1@us.af.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2cb1342793694b808612f0d52cedc53c/view)
- Place of Performance
- Address: Edwards, CA 93524, USA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN07366188-F 20250312/250310230042 (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 |