Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 06, 2025 SAM #8532
SOLICITATION NOTICE

25 -- Snow Plow and Installation - Niagara Falls ARS Solicitation Amendment 2

Notice Date
4/4/2025 12:20:38 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336390 — Other Motor Vehicle Parts Manufacturing
 
Contracting Office
FA6670 914 AW LGC NIAGARA FALLS NY 14304-5000 USA
 
ZIP Code
14304-5000
 
Solicitation Number
FA667025Q0002
 
Response Due
4/11/2025 10:00:00 AM
 
Archive Date
04/26/2025
 
Point of Contact
Danielle Jones, Phone: 7162362307, Matthew Crum, Phone: 7162362213
 
E-Mail Address
danielle.jones.28@us.af.mil, matthew.crum.9@us.af.mil
(danielle.jones.28@us.af.mil, matthew.crum.9@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Department of the Air Force Niagara Falls ARS Requirement Title: 914 CES Snow Plow Solicitation Number: FA667025Q0002 Solicitation Issue Date: Friday, 28 March 2025 Response Deadline: Friday,11 April 2025 no later than 1:00 PM EDT Point(s) of Contact: Danielle Jones, Contract Specialist Email Address: danielle.jones.28@us.af.mil General Information This request is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6. This announcement constitutes the only solicitation; Quotes are being requested and a written solicitation will not be issued. The Government reserves the right to cancel this solicitation, 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. Only firm fixed price offers will be evaluated. 1. This solicitation document and incorporated provisions and clauses are those in effect through: -Federal Acquisition Circular 2025-03 -Defense Federal Acquisition Regulation Change 01/17/2025 -Department of the Air Force Federal Change 10/16/2024 2. This acquisition is a competitive requirement. This requirement is a 100% small business set aside. In order to be considered, offerers must be registered as a small business under the associated NAICS.The North American Industry Size Classification System (NAICS) code associated with this requirement is 336390. The Small Business Size Standard associated with this NAICS is 1,000 employees. 3. Contractors must be registered for federal government awards in SAM to receive award. To register in SAM, go to: https://sam.gov/content/entity-registration Requirement Information The 914th CES has a requirement for: Quantity 1 � Dump Truck Snowplow � Includes Plow Mount and Plow Hitch and all other material required to install on Dump Truck. Contractor to Install. Details: - 1 PTO hydraulically operated plow o 10� long carbide blade. o Angle left and right capable. o Lift up and down capable. o Trip edge. o Hydraulic pump, valves, controls, reservoir, and hoses to operate plow. - 1 Plow mount manufactured to fit truck, hitch and plow. o Wiring for lights - 1 Plow hitch. o Tilt-Over no wing o LED heated lights o Stainless steel disconnects o Pump bracket Contractor shall provide for full installation on truck. Installation may take place on or near Niagara Falls Air Reserve Station. Vehicle Snow Plow will be installed on: 2019 Kenworth T270 Dump Truck VIN 3BKHHZ6X7LF416501 Delivered and installed by September 30th 2025. � Attachment 0: Solicitation RFQ (this document). � Attachment 1: Statement of Need Place of Delivery/Performance/Acceptance/FOB Point: F.O.B. Destination; Deliver to 2405 Franklin Dr Bldg 403, Niagara Falls NY 14304 (exact customer address will be provided in the resulting contract). Instructions to Offerors To be considered responsive, offerors must submit the following via e-mail to danielle.jones.28@us.af.mil by the RFQ Deadline of Friday, 11 April 2025 at 1:00 PM Eastern Daylight Time (EDT): 1. Quote with Technical Capability Statement (including technical specifications of all proposed equipment) 2. Delivery Schedule Only firm fixed price offers will be evaluated. To be eligible to receive an award resulting from this Solicitation. Offeror must also have the NAICS code associated with this RFQ indicated on their SAM record. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach, nor does it obligate the Government to pay for any quote preparation costs. Vendors who wish to respond to this notice must send responses NLT Friday, 11 April 2025 at 1:00 PM Eastern Daylight Time (EDT) via email (subject: FA667025Q0002) to Danielle Jones at danielle.jones.28@us.af.mil Quotations must meet all instructions put forth in this solicitation. No phone calls will be accepted for this RFQ. Any questions relating to this solicitation must be submitted in writing to the contracting office. For questions, please contact Danielle Jones at danielle.jones.28@us.af.mil. Evaluation Criteria This is a competitive commercial acquisition. The Government intends to award a single contract resulting from this RFQ to the responsive, responsible offeror whose quote conforms to the RFQ and will be most advantageous to the Government; price, and other factors considered. The following factors shall be used to evaluate offers: Price Technical Capability Evaluation: Price � Price shall be evaluated on the total price quoted by the contractor to complete the work. Technical Capability � Technical Capability will be evaluated by reviewing the contractor�s capability statement to determine if their stated capabilities can meet the requirements of the Statement of Need. Contractors must ensure sufficient technical information is provided so that a technical evaluation conducted by the government can determine that the contractors proposed equipment meets or exceeds requirements specified in the Statement of Need. A capability statement that demonstrates sufficient capability/expertise to meet the Statement of Need requirements shall be deemed acceptable. A capability statement that does not demonstrate sufficient capability/expertise to meet the Statement of Need requirements or has insufficient technical information to determine the proposed equipment meets or exceeds the requirements specified in the Statement of Need shall be deemed unacceptable. Award will be made to the contractor with the lowest priced proposal, who�s Technical Capability is determined to be acceptable. The government intends to award this contract without discussions. However, the government reserves the right to open discussions if it is in its best interest. See attached Combined Synopsis/Solicitation for applicable clauses. Amendment 1 � Questions and Answers The purpose of this amendment is to: Provide questions and answers for this solicitation. a) Is there any incumbent/recompete or this is a brand-new project? a. This is a new requirement b) Is there a dump body on the truck already? a. Yes c) What is the make and model of the transmission? a. Automatic Allison 3000 Amendment 2 � Questions and Answers The purpose of this amendment is to: Provide questions and answers for this solicitation. What is the chassis front axle weight and the gross vehicle weight? GAWR Front 8000 LB and 3629 kg Is a straight blade or V-plow required? Straight Further questions regarding this solicitation must be submitted to danielle.jones.28@us.af.mil by 4:00pm EDT on Monday 7 April 2025.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e135a3f937ad4af8a1207fd6cca1f2c3/view)
 
Place of Performance
Address: Niagara Falls, NY 14304, USA
Zip Code: 14304
Country: USA
 
Record
SN07398265-F 20250406/250404230051 (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.