SOLICITATION NOTICE
J -- Repair Industrial Wastewater Sewer System
- Notice Date
- 4/23/2025 12:09:24 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- W7NR USPFO ACTIVITY NYANG 105 NEWBURGH NY 12550-5042 USA
- ZIP Code
- 12550-5042
- Solicitation Number
- W50S8D25Q16JZ
- Response Due
- 4/30/2025 8:00:00 AM
- Archive Date
- 05/15/2025
- Point of Contact
- Joseph Kugler, Phone: 8455632831, Kevin Fenner, Phone: 8455632832
- E-Mail Address
-
joseph.kugler.1@us.af.mil, kevin.fenner.1@us.af.mil
(joseph.kugler.1@us.af.mil, kevin.fenner.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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. Solicitation W50S8D25Q16JZ is being issued as a Request for Quote (RFQ). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03. This acquisition is being solicited as a total small business set-aside. The North American Industry Classification System (NAICS) code is 237110 with a small business size standard of $45 million. Only one (1) award will be made as a result of this combined synopsis/solicitation. The 105th Airlift Wing is seeking services to perform repairs to the industrial wastewater sewer system in accordance with the attached Performance Work Statement (PWS). CLIN 0001 Repair Manholes. CLIN 0002 Pipe System Investigation The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Price (ii) Technical Capability Evaluation of price will be performed using one or more of the price analysis techniques in FAR 13.106-3. Through these techniques the Government will determine whether the price is reasonable, complete and realistic. Quotes must include cutsheet product information on the proposed polyurea lining material to allow the government to determine technical merit. This may include descriptive product literature, technical information, spec sheets, etc., which clearly indicates the products offered meet the Government's minimum requirements. Quotes must also include the submission of proof of certification as a certified installer on the polyurea material proposed. Failure to provide this information will render the quote non-responsive and will be removed from further award consideration. Award will be made to the lowest priced quote that provides sufficient explanation/documentation to demonstrate their ability to conform to the requirements of the PWS. Wage Determination No. 2015-4159, Revision 28 dated 12/23/2024 applies to this procurement. Quotes are due no later than 11:00 AM EST, 30 April 2025. If there are any questions regarding this requirement, please contact Mr. Joseph Kugler by email: joseph.kugler.1@us.af.mil. All interested offerors must be registered in the System for Award Management (SAM) before an award can be made. To register with SAM, log on to https://www.sam.gov. Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available. The following provisions/clauses are applicable to this procurement: FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation; FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements; FAR 52.204-7 System for Award Management; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-13 System for Award Management Maintenance; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 52.204-18 Commercial and Government Entity Code Maintenance; FAR 52.204-19 Incorporation by Reference of Representations and Certifications; FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems; FAR 52.204-22 Alternative Line Item Proposal; FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-26 Covered Telecommunications Equipment or Services- Representation; FAR 52.204-27 Prohibition on a ByteDance Covered Application; FAR 52.204-29 Federal Acquisition Supply Chain Security Act Orders�Representation and Disclosures; FAR 52.204-30 Federal Acquisition Supply Chain Security Act Orders�Prohibition ALT I; FAR 52.209-6 Protecting the Government's interests when subcontracting with contractors debarred, suspended or proposed debarment; FAR 52.209-10 Prohibition on contracting with inverted and domestic corporations; FAR 52.211-6 Brand Name or Equal; FAR 52.212-1 Instructions to Offerors; FAR 52.212-3 Offeror Representations and Certifications ALT I; FAR 52.212-4 Contract Terms and Conditions; FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders; FAR 52.219-1 Small Business Program Representations; FAR 52.219-6 Notice of Total Small Business Set-Aside (Deviation 2019-O0003); FAR 52.219-28 Post-Award Small Business Representation; FAR 52.222-3 Convict Labor; FAR 52.222-41 Service Contract Labor Standards; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026; FAR 52.222-62 Paid Sick Leave under Exec Order 13706; FAR 52.223-5 Pollution Prevention and Right-to-Know information; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management; FAR 52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-1 Disputes; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; FAR 52.252-2 Clauses incorporated by reference; FAR 52.252-3 Alterations In Solicitation; FAR 52.252-5 Authorized Deviations in Provisions; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to inform Employees of Whistleblower rights; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Antiterrorism Awareness Training for Contractors; DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7011 Alternative Line Item Structure; DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2024-O0013); DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support; DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation; DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation; DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services; DFARS 252.204-7024 Notice on the Use of the Supplier Performance Risk System; DFARS 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials; DFARS 252.225-7031 Secondary Arab Boycott of Israel; DFARS 252.225-7048 Export Controlled Items; DFARS 252.225-7055 Representation Regarding Business Operations with the Maduro Regime; DFARS 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime; DFARS 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Representation; DFARS 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.232-7004 DoD Progress Payment Rates; DFARS 252.232-7006 Wide Area Workflow Payment Instructions; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.244-7000 Subcontracts for Commercial Items; DFARS 252.247-7023 Transportation of Supplies by Sea; Full text clauses may be accessed electronically at https://www.acquisition.gov/. 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d5b85585509640e79d0f4500ad7000b7/view)
- Place of Performance
- Address: Newburgh, NY 12550, USA
- Zip Code: 12550
- Country: USA
- Zip Code: 12550
- Record
- SN07418501-F 20250425/250423230049 (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 |