SOLICITATION NOTICE
J -- 210th RHS Genie Boom Lift Diagnostics / Repair / Maintenance
- Notice Date
- 4/4/2025 8:47:54 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- W7NQ USPFO ACTIVITY NMANG 150 KIRTLAND AFB NM 87117-5875 USA
- ZIP Code
- 87117-5875
- Solicitation Number
- W50S8G-25-Q-LIFT
- Response Due
- 4/30/2025 1:00:00 PM
- Archive Date
- 05/15/2025
- Point of Contact
- Virginia Clarke, Phone: 385-682-8071, Edwin Widgeon, Phone: 505-316-5467
- E-Mail Address
-
virginia.clarke.1@us.af.mil, edwin.widgeon@us.af.mil
(virginia.clarke.1@us.af.mil, edwin.widgeon@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The purpose of amendment 00001 is to: 1. issue Questions and Answers Document 1 and 2. The deadline to register for the site visit is close of business Wednesday April 9, 2025. Please review this posting on the required information that must be submitted for each individual attending the site visit. End amendment 00001 notes. ----------------------------------------------------------------------------------------------------- 210th RHS Genie Boom Lift Diagnostics / Repair / Maintenance 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. This solicitation, W50S8G-25-Q-LIFT is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03, effective January 17, 2025. The associated North American Industry Classification System Code (NAICS) is 811310 and the size standard is $12.5M. This requirement is a Total Small Business Set-Aside and only qualified offerors may submit quotes. The contractor shall provide for the following Contract Line-Item Numbers (CLIN): CLIN 0001: Initial Diagnostics of Six Genie Boom Lifts CLIN 0001AA � Initial Diagnostics of Genie Boom Lift 1, 1 Job CLIN 0001AB � Initial Diagnostics of Genie Boom Lift 2, 1 Job CLIN 0001AC � Initial Diagnostics of Genie Boom Lift 3, 1 Job CLIN 0001AD � Initial Diagnostics of Genie Boom Lift 4, 1 Job CLIN 0001AE � Initial Diagnostics of Genie Boom Lift 5, 1 Job CLIN 0001AF � Initial Diagnostics of Genie Boom Lift 6, 1 Job CLIN 0002: Initial Repair of Six Genie Boom Lifts CLIN 0002AA � Initial Repair of Genie Boom Lift 1, 1 Job CLIN 0002AB � Initial Repair of Genie Boom Lift 2, 1 Job CLIN 0002AC � Initial Repair of Genie Boom Lift 3, 1 Job CLIN 0002AD � Initial Repair of Genie Boom Lift 4, 1 Job CLIN 0002AE � Initial Repair of Genie Boom Lift 5, 1 Job CLIN 0002AF � Initial Repair of Genie Boom Lift 6, 1 Job CLIN 0003: Initial Annual Inspection / 6 JOB CLIN 1001: Option Year One Annual Inspection, 6 Job CLIN 1002: Option Year One Annual Maintenance CLIN 1002AA � Option Year One Annual Maintenance Lift 1, 1 Job CLIN 1002AB � Option Year One Annual Maintenance Lift 2, 1 Job CLIN 1002AC � Option Year One Annual Maintenance Lift 3, 1 Job CLIN 1002AD � Option Year One Annual Maintenance Lift 4, 1 Job CLIN 1002 AE � Option Year One Annual Maintenance Lift 5, 1 Job CLIN 1002 AF � Option Year One Annual Maintenance Lift 6, 1 Job CLIN 2001: Option Year Two Annual Inspection, 6 Job CLIN 2002: Option Year Two Annual Maintenance CLIN 2002AA � Option Year Two Annual Maintenance Lift 1, 1 Job CLIN 2002AB � Option Year Two Annual Maintenance Lift 2, 1 Job CLIN 2002AC � Option Year Two Annual Maintenance Lift 3, 1 Job CLIN 2002AD � Option Year Two Annual Maintenance Lift 4, 1 Job CLIN 2002 AE � Option Year Two Annual Maintenance Lift 5, 1 Job CLIN 2002 AF � Option Year Two Annual Maintenance Lift 6, 1 Job CLIN 3001: Option Year Three Annual Inspection, 6 Job CLIN 3002: Option Year Three Annual Maintenance CLIN 3002AA � Option Year Three Annual Maintenance Lift 1, 1 Job CLIN 3002AB � Option Year Three Annual Maintenance Lift 2, 1 Job CLIN 3002AC � Option Year Three Annual Maintenance Lift 3, 1 Job CLIN 3002AD � Option Year Three Annual Maintenance Lift 4, 1 Job CLIN 3002 AE � Option Year Three Annual Maintenance Lift 5, 1 Job CLIN 3002 AF � Option Year Three Annual Maintenance Lift 6, 1 Job CLIN 4001: Option Year Four Annual Inspection, 6 Job CLIN 4002: Option Year Four Annual Maintenance CLIN 4002AA � Option Year Four Annual Maintenance Lift 1, 1 Job CLIN 4002AB � Option Year Four Annual Maintenance Lift 2, 1 Job CLIN 4002AC � Option Year Four Annual Maintenance Lift 3, 1 Job CLIN 4002AD � Option Year Four Annual Maintenance Lift 4, 1 Job CLIN 4002 AE � Option Year Four Annual Maintenance Lift 5, 1 Job CLIN 4002 AF � Option Year Four Annual Maintenance Lift 6, 1 Job Description of Requirements The New Mexico Air National Guard (NMANG) 210th Red Horse Squadron (RHS) has a requirement for the diagnosis, repair, and annual maintenance service for 6 Genie Boom Lifts on Kirtland Air Force Base, New Mexico. This requirement upon award will be a base plus 4 option years contract. The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary to perform these services on the six boom lifts, as defined in the Performance Work Statement (PWS). The contractor shall perform and provide the requirements in this PWS and conform to all applicable instructions and directives as identified by the PWS. (See attached (PWS) and Performance Requirements Summary (PRS) for more details). The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition, and the specific evaluation criteria to be included in paragraph (a) of that provision (See Evaluation section). FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5 (Dev), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-7, 52.204-13, 52.204-16, 52.204-17, 52.204-18, 52.204-20, 52.204-23, 52.204-24, 52.204-25, 52.204-26, 52.209-10, 52.219-6, 52.219-28, 52.222-3, 52.222-41, 52.222.42, 52.222-50, 52.222-55, 52.222-62, 52.223-18, 52.232-33, 52.232-39, 52.232-40, 52.233-3, 52.233-4, 52.247-29, 52.252-5, 52.252-6, 252.201-7000, 252.203-7000, 252.203-7002, 252.203-7005, 252.204-7003, 252.204-7008, 252.204-7012, 252.204-7015, 252.204-7016, 252.204-7017, 252.204-7018, 252.204-7019, 252.204-7020, 252.211-7003, 252.225-7048, 252.225-7974 (DEV), 252.232-7003, 252.232-7006, 252.232-7010, 252.237-7010, 252.243-7001, and 252.244-7000. The full text of the referenced FAR and DFARS clauses may be accessed electronically at https://www.acquisition.gov/content/regulations. This solicitation includes the clause 52.222-41 Service Contract Labor Standards and incorporates the wage rates in the attached Wage Determination. See attached Wage Determination #2015-5443 published December 22, 2024. FAR 52.212-2 Evaluation-Commercial Products and Commercial Services. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer will be most advantageous to the Government, price and other factors considered (Best Value). The following factors shall be used to evaluate offers: 1. Price � CLINs and Sub CLINs must be priced for the base year and the four option years. The pricing must be all inclusive, all taxes and fees must be included in the quoted price. 2. Past Performance � Contractors shall submit past performance information on services similar to this requirement of the solicitation and must be within the past five years. 3. Technical Evaluation � Contractors shall submit a document illustrating how the contractor will accomplish the requirements outlined in the PWS for the base year and four option years. This document shall not exceed 10 pages. (b) Options. 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). (c) 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. A contract award will be made based off Best Value, in accordance with FAR 13.106-1(2)(iii) Solicitations are not required to state the relative importance assigned to each evaluation factor and subfactor, nor are they required to include subfactors. This is an �All-or-None� award. Be able to meet all requirements to provide the requested service and quote must be valid for 90 days. Be registered and current in the System for Award Management (SAM) database per DFARS 252.204-7004 (www.sam.gov). Contractor shall be able to invoice through Wide Area Workflow (WAWF) (https://wawf.eb.mil) for payments to be processed electronically. A site visit will be held at 2251 Air Guard Rd SE, Kirtland AFB, NM on Friday, 11 April 2025 at 1:00 PM MST. You must pre-register via email at 150sow.msc.rfprfq@us.af.mil with the following information to attend. Provide full name, date of birth, state that driver�s license was issued, country of citizenship (if not US list country of citizenship), phone number and company for each person attending the site visit All questions must be in writing and submitted via email to 150sow.msc.rfprfq@us.af.mil no later than Friday, April 18, 2025 by 4:00 pm, Mountain Standard Time. NO questions will be considered after close of questions due date. All quotations must be in writing and submitted via email to 150sow.msc.rfprfq@us.af.mil by Wednesday, April 30, 2025 by 2:00 pm, Mountain Standard Time. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. It is the responsibility of the vendor to ensure the quote was received by the New Mexico USPFO. Contracting Officer for this action will be SMSgt Edwin Widgeon at (505) 316-5467 and Contract Specialist will be MSgt Virginia Clarke at (385) 682-8071.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b1c1fea3297b4945b3b7f10ed96ccbbe/view)
- Place of Performance
- Address: Kirtland AFB, NM 87117, USA
- Zip Code: 87117
- Country: USA
- Zip Code: 87117
- Record
- SN07398016-F 20250406/250404230050 (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 |