SOLICITATION NOTICE
J -- Energy Management and Control Services (EMCS)
- Notice Date
- 4/24/2025 8:22:13 AM
- Notice Type
- Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- FA4877 355 CONS PK DAVIS MONTHAN AFB AZ 85707-3522 USA
- ZIP Code
- 85707-3522
- Solicitation Number
- FA487725QA035
- Response Due
- 5/21/2025 3:00:00 PM
- Archive Date
- 06/05/2025
- Point of Contact
- Megan Middleton, Phone: 5202283872, Jerry L. Sauder, Phone: 5202284644
- E-Mail Address
-
megan.middleton.5@us.af.mil, jerry.sauder.1@us.af.mil
(megan.middleton.5@us.af.mil, jerry.sauder.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICIATION �COMBO�: RFQ FA487725QA035 � Energy Management and Control Services (EMCS) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 FA487725QA035 is issued as a Request for Quote (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2025-03 effective 17 Jan 2025. The DFARS provisions and clauses are those in effect to effective 17 Jan 2025. The DAFFARS provisions and clauses are those in effect to DAFAC 2024-0612 effective 12 Jun 2024. Applicable Service Contract Act Wage Determination # 2015-5473 Rev 24 dated 23 Dec 2024 or most current applicable wage determination at the time of contract award. This is under Total Small Business Set-Aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 238220 with a small business size standard of $19M. This contract will be a 5-year Firm Fixed Price IDIQ contract with annual ordering periods at Davis-Monthan Air Force Base which intends to award for the following positions: CLIN Description Quantity Unit Price Total Price 0001 Onsite Routine EMCS Monitoring and Maintenance Monthly 0002 EMCS IT SERVER MAINTENANCE Monthly 0003 Emergency / OT / Weekend Hours 60 Hours 0004 PARTS/MATERIALS 1 Lot Contract awardee will be based on the lowest price technically acceptable (LPTA) after meeting technical acceptability to the government. Evaluation factors are found in provision FAR 52.212-2 of the solicitation provisions and clauses. The Government intends to evaluate quotes and award without discussion but reserves the right to conduct discussions if determined necessary by the Contracting Officer. Therefore, the offeror�s initial quote should contain the offeror�s best terms from a price and technical standpoint. Quotes that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. Important Dates/Times (All times are Arizona Local Time/Mountain Standard Time) All questions must be submitted by 2 May 2025, 4:00 PM Answers will be provided by 07 May 2025, 4:00 PM All quotes must be submitted by 21 May 2025, 4:00 PM It is the responsibility of the offeror to review the posting for any changes or amendments that may occur concerning this RFQ. It is the responsibility of the offeror to ensure all quotes and/or questions are submitted in a timely manner by specified due date. Point of Contacts are: Primary: Megan Middleton, megan.middleton.5@us.af.mil, 520-228-3872 Alternate: Jerry Sauder, 355CONS.PKBA.Services@us.af.mil, 520-228-4644 Attachments Attachment 1: Performance Work Statement (PWS) Attachment 2_Total Evaluated Price Matrix_FA487725QA035 Attachment 3_ NIST SP 800-82r3 Guide to Operational Technology (OT)Security Attachment 4_ UFC 4-010-06 Cybersecurity of Facility-Related Control Systems (FRCS) Attachment 5, Clauses and Provisions_25QA035 Attachment 6, WD 2015-5473 Rev 24, 23 Dec 2024 Attachment 7, DDForm254, 25QA035 Attachment 8, Instructions for Completing DD FORM 254, 25QA035 The USAF shall not provide contract financing for this acquisition. Upon successful award and satisfactory performance, payment shall be submitted via invoice through the Wide Area Workflow website. FAR 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (Sep 2023) The provision FAR 52.212-1, is tailored as follows: TECHNICAL VOLUME (NOT TO EXCEED 10 PAGES) The technical volume will not make any reference to cost or price data. Corporate Experience: The offeror shall submit no more than three (3) examples of contracts (commercial or government) that exhibits corporate experience in staffing the same or relatively similar positions in workload and experience requirements as specified in the Performance Work Statement, Section 1.2. It is the contractor�s responsibility to explain how the positions and scopes of their past performance is similar in nature to this requirement. Corporate experience that is not properly related to this requirement will not be considered for technical acceptability. For example, a contract for food services with no additional explanation on how it relates to this contract will not be considered in the evaluation. Past performance will be evaluated to assist in determining contractor responsibility in accordance with FAR 9.104-1 but will not be included as a sub factor or rated. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. In those cases of no meaningful past performance, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, if the offeror exhibits corporate experience and has unknown past performance, then they shall be considered Acceptable. If the offeror does �not� exhibit corporate experience, whether they possess past performance or unknown past performance, they shall be considered Unacceptable. By submission of its offer, the offeror accedes to all solicitation requirements including terms and conditions, representations and certifications, technical requirements, and the evaluation factors contained herein. Failure to meet a requirement may result in an offer being determined unacceptable for award. The offeror must clearly identify any exception to the solicitation terms and conditions with accompanying rationale. The evaluation shall proceed as follows: Table I- Technical Acceptability Ratings Rating Definition Acceptable The quote clearly meets the minimum requirements of the solicitation and Performance Work Statement. Unacceptable The quote does not clearly meet the minimum requirements of the solicitation and Performance Work Statement. PRICE VOLUME The offeror shall fill out Attachment 2_Total Evaluated Price Matrix_FA487725QA035 for the Pricing Volume as it delineates each CLIN price among ordering periods and the Total Evaluated Price (TEP). If an offeror has completed the annual representations and certifications via the System for Award Management (SAM) website, and after reviewing the SAM database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications�Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer, then the offeror does not need to include a copy of the representations and certifications with the quote. However, if any information within 52.212-3 has been updated for this solicitation only, or if there are any other changes, then the offeror must include those changes within the price volume. The provision FAR 52.212-2, is tailored as follows: FAR 52.212-2, EVALUATION � COMMERCIAL ITEMS (Nov 2021) � ADDENDUM (Using FAR 13.106) Procedures The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation meeting all Technical Acceptability and is LPTA. The following factors shall be used to evaluate the quotes: Technical Acceptability: Offerors must provide the necessary and requested information found herein this solicitation in order to fully demonstrate their technical capability in fulfilling this requirement for Energy Management and Control Services. i. Corporate Experience: Offeror demonstrates the corporate experience to successfully staff these positions by providing a prior contract (commercial or government) that justifies their capabilities to hire and sustain a contract with similar positions and complexity to this requirement as specified in the Performance Work Statement, Section 1.2. To be considered successful, the contractor must show the ability to maintain a position fill rate of 90% within the provided contracts. Price Evaluation � The Government will evaluate the offeror�s price quote, to include all ordering periods, for price completeness and reasonableness as described below. Completeness - The offeror�s price quotes will be evaluated for completeness by confirming the offeror has provided unit and total price for all CLINs. Reasonableness - The offeror�s price will be evaluated for reasonableness through one or more of the methods specified in FAR 13.106-2 & 3. BASIS FOR CONTRACT AWARD: In evaluating, Technical Capability must be found Acceptable in accordance with FAR 52.212-1 for pricing to be considered. Once Technical Acceptability has been confirmed, the offeror who submits the lowest price technically acceptable that is determined fair and reasonable by the government contracting officer will be awarded the contract. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Ordering Periods: The Government will evaluate offers for award purposes by adding the total price for all ordering periods to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the ordering period prices are significantly unbalanced. 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. (End of Provision) GENERAL INSTRUCTIONS and OTHER INFORMATION Agreement with terms and conditions: Submission of a quote indicates agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. Late submissions, modifications, revisions, and withdrawals of quotes: Offerors are responsible for submitting quotes, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. Any quote, modification, revision, or withdrawal of a quote received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is ""late"" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- There is acceptable evidence to establish that it was received at the Government installation designated for receipt of quotes and was under the Government's control prior to the time set for receipt of quotes; or If this solicitation is a request for quotes and it was the only quote received. However, a late modification of an otherwise successful quotes, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the quote wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. If an emergency or unanticipated event interrupts normal Government processes so that quotes cannot be received at the Government office designated for receipt of quotes by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. Quotes may be withdrawn by written notice received at any time before the exact time set for receipt of quotes. Oral quotes in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile quotes, quotes may be withdrawn via facsimile received at any time before the exact time set for receipt of quotes, subject to the conditions specified in the solicitation concerning facsimile quote. A quote may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of quotes, the identity of the person requesting withdrawal is established and the person signs a receipt for the quote.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8d07da98c9a84ef7a76c713555af8a8d/view)
- Place of Performance
- Address: Tucson, AZ, USA
- Country: USA
- Country: USA
- Record
- SN07420099-F 20250426/250424230046 (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 |