Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 10, 2025 SAM #8658
SOLICITATION NOTICE

56 -- Rock Crushing Equipment Solicitation

Notice Date
8/8/2025 1:03:18 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
FA30125Q0023
 
Response Due
8/15/2025 10:00:00 AM
 
Archive Date
08/18/2025
 
Point of Contact
Stephanie Holland, Lucas Jochem
 
E-Mail Address
stephanie.holland@us.af.mil, lucas.jochem@us.af.mil
(stephanie.holland@us.af.mil, lucas.jochem@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Combined Synopsis/Solicitation for Purchase of Concrete Crushing Operations. FUNDING IS NOT GUARUNTEED FOR THIS REQUIREMENT AT THIS TIME. Please see attached SF 1449 (Containing all anticipated Clauses and Provisions) for details. (i) 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; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for requirement. (ii) Solicitation Number: FA930125Q0023 **Please provide the full solicitation number on all packages** This acquisition requires a local contractor who can provide the following for Edwards AFB, CA. Period of Performance/Delivery: 30 days. PLEASE REVIEW ATTACHED REQUIREMENTS DOCUMENT AND SF 1449 FOR FULL REQUIREMENT DETAILS AND ANTICIPATED CLAUSES. CLIN 0001: Concrete Crushing Operations Item #: The equipment shall be the same as or equivalent to: Trakpactor 320SR Impact Crusher PremierTrak 400X Jaw Crusher CT-80 Tracked Conveyor Qty: Refer to SOW for further details Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote. Offerors may utilize the attached SF1449 to complete quote information or may submit a separate quote; ensuring the quote contains information and pricing for all supplies and services included on the SF1449 and Performance Work Statement. Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted. This solicitation is issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2025-05 and DFARS Change 01/17/2025 and DAFFARS 10/16/2024. (iv) THIS REQUIREMENT WILL BE: Full and Open Competition. The North American Industry Classification System (NAICS) number for this acquisition is 562998 �All Other Miscellaneous Waste Management Services� with a size standard of $16,500,000. (v) Period of Performance/Delivery: 30 Days (vi) The provision at FAR 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services (Mar 2023), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/. Offerors shall prepare their quotations in accordance with FAR 52.212-1. PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE: 1. SAM UEI 2. CAGE Code: 3. Contractor Name: 4. Payment Terms (net 30) or Discount: 5. POC Name, Phone Number, Email: 6. Warranty: 7. Date Offer Expires: 8. FOB Destination: 11: Estimated Delivery Lead Time: 12. Competed copy of FAR 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items (Oct 2014) or notification that FAR 52.212-3 representation and certifications are available on SAM.gov (ix) The provision at FAR 52.212-2, Evaluation�Commercial Products and Commercial Services (Nov 2021) applies to this acquisition. 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. The following factors shall be used to evaluate offers: ***Please read the evaluation criteria closely. If vendor does not provide a full response, it will be found unresponsive*** The solicitation provides that quotations will be evaluated using LPTA. The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards. The agency will first rank quotations according to price, from lowest to highest, and will evaluate the lowest-priced quotation as either technically acceptable or unacceptable, reserving the right to evaluate additional quotations for technical acceptability if deemed to be in the best interest of the government. Evaluation Factors: 1. Price 2. Technically Acceptability The Government will award a Purchase Order resulting from the RFQ to the responsible offeror whose quote is responsive to the RFQ, and considered to be LPTA. (x) Offerors shall include completed copies of applicable provisions, which are included in the SF1449. Offers will be considered incomplete if these are not included with the quote. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions�Commercial Products and Commercial Services (Dec 2022), applies to this acquisition. (xii) The clause at FAR 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. (xii) Additional Contract Requirement or Terms and Conditions: Please find a contemplated list of additional provisions/clauses in the attachments; the final list of clauses is dependent upon actual dollar value of the contract award and may change from those provided in the attachment. Full text for the clauses and provisions can be accessed via https://www.acquisition.gov/. (xiii) Defense Priorities and Allocation System (DPAS): N/A (xiv) Quote Submission Information: It is the government�s intent to award without discussions. Therefore, each initial quote should contain the offeror�s best terms from a price and technical standpoint. However, the government reserves the right to conduct discussions if the Contracting Officer (CO) determines that discussions are necessary. Questions are due by 12 August 2025 at 12:00pm Pacific Daylight Time (PDT). Offers are due by 15 August 2025 at 10:00 AM, Pacific Daylight Time (PDT). No late submissions will be accepted. (xv) For additional information regarding this solicitation contact: Primary Point of Contact: Lucas Jochem, Contract Specialist, lucas.jochem@us.af.mil; Secondary Point of Contact, Stephanie Holland, Contracting Officer, stephanie.holland@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ec07df3254c54a618f657d98a440f858/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN07543795-F 20250810/250808230047 (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.