SOLICITATION NOTICE
43 -- Repair Atlas Copco Compressor
- Notice Date
- 9/23/2025 11:24:32 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- FA3300 42 CONS CC MAXWELL AFB AL 36112-6334 USA
- ZIP Code
- 36112-6334
- Solicitation Number
- F2XTB95225AW01
- Response Due
- 9/28/2025 9:59:00 PM
- Archive Date
- 10/13/2025
- Point of Contact
- TaQuann Cottingham, Phone: (334) 953-1549, Darrell C. Ladnier, Phone: (334) 953-3086
- E-Mail Address
-
taquann.cottingham@us.af.mil, darrell.ladnier@us.af.mil
(taquann.cottingham@us.af.mil, darrell.ladnier@us.af.mil)
- Description
- GENERAL INFORMATION The 42nd Contracting Squadron (42CONS), 50 LeMay Plaza, Building 804, Maxwell Air Force Base (AFB), Alabama (AL) has a requirement to purchase items as described in this document. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. This requirement is issued as a Request for Quote (RFQ) Reference-Number F2XTB95225AW01. The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular (FAC) 2025-05 effective 08-07-2025, Defense Federal Acquisition Regulation Supplement (DFARS) Change 01-17-2025 effective 01-17- 2025, and Department of the Air Force Acquisition Regulation Supplement (DAFFARS) Change 10-16-2025 effective 10-16-2025. A firm-fixed-price (FFP) award will be made in accordance with the following: North American Industry Classification System (NAICS) Code: 811310 Size standard: $12,500,000 IMPORTANT NOTES: 1. THE GOVERNMENT IS SOLICITING FOR �OPEN MARKET� QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. 2. ALL PRODUCTS MUST BE NEW; NO REFURBISHED OR USED ITEMS WILL BE ACCEPTED. PRODUCT/PARTS SHALL BE ORIGINIAL EQUIPMENT MANUFACTURER (OEM) ONLY. 3. THIS REQUIREMENT IS BEING SOLICITED AS A 100% SMALL BUSINESS SETASIDE. 4. THIS REQUIREMENT IS CURRENTLY UNFUNDED AND IS SUBJECT TO THE AVAILABILITY OF FUNDS. 5. SITE VISIT ATTENDANCE REQUIRED IN ORDER TO BID/QUOTE/PROPOSE. NATURE OF ACQUISITION: The Government at Maxwell AFB has a requirement to purchase the below listed items. This procurement will be awarded under Simplified Acquisition Procedures (SAP). SITE VISIT: Scheduled Thursday 9:00 A.M. CST on 25 September 2025 at Building 1456. Offerors should be at the Maxwell Blvd Gate, Visitor�s Center at Maxwell AFB, AL at 8:15 AM CDT to receive a visitor�s pass. Please provide a list of all attendees and ensure they have their REAL ID driver�s license, proof of vehicle insurance, and vehicle registration. All attendees� names will need to be submitted by Wednesday 24 September 2025, at 4:00 PM CDT RFP/RFQ DUE: All RFPs to this notice must be received by 11:59 P.M. CST on 28 September 2025, SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following items: Contract Line Item Number (CLIN) 0001: Preventative Maintenance on Atlas Copco GA55(A), Serial# API628603 (See statement of objectives (SOO)) Quantity: 1 Each CLIN 0002: Preventative Maintenance on Atlas Copco GA37+(A), Serial# API545568 (See SOO) Quantity: 1 Each CLIN 0003: Repair of Atlas Copco GA37+(A), Serial# API545568 (See SOO) Quantity: 1 Each CLIN 0004: Discovered Repairs from Site Visit (See SOO) Quantity: 1 Each DELIVERY INFORMATION Delivery Address: Maxwell AFB, AL 36112 Shipping will be: FOB Destination QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. a. The offeror must submit dated quote with unit prices and extended prices in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specification, �Schedule of Supplies/Services�, and terms and conditions, the offeror accedes to all solicitation requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. b. The offeror shall complete only paragraphs (b) of provision FAR 52.212-3 if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. DELIVERY: The offeror shall provide a performance management plan (PMP) that establishes a timeline from issuance of the contract to the location identified in this solicitation. The exact format and content of the PMP is at the offeror�s discretion, but it shall be expressed in terms of �days after contract� and include, at a minimum, a timeline for: Description Days After Contract Product Ordering Product Delivery Total # Days Until Contract Completion c. Interested parties capable of providing the requirement must include discount terms, tax identification number (ID), Commercial and Government Entity (CAGE) code, and Data Universal Numbering System (DUNS) number. d. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the Department of Defense (DoD) Systems for Award Management (SAM) database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220. e. Responses to this notice shall be provided in writing via e-mail to Mr. Chris Ladnier at darrell.ladnier@us.af.mil, (334) 953-3086; and A1C TaQuann Cottingham at taquann.cottingham@us.af.mil, (334) 953-1549. Email is the preferred method. IMPORTANT NOTE: Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. BASIS FOR AWARD This will be a competitive acquisition utilizing FAR 13 SAP for Commercial Items. Award will be based on technical acceptability and price. This requirement will be awarded to the lowest priced offeror meeting technical acceptability. Technical acceptability: The offeror will be determined technically acceptable if they meet the following: Offeror must provide the service/product that meets the OEM specifications described in ""Schedule of Supplies/Services"" and the Statement of Requirements/Work/Objectives. Quotes will be assigned ratings of acceptable (clearly meets the minimum requirement) or unacceptable (does not clearly meet the minimum requirements). Price: The Government shall order each offeror�s quote by price from lowest priced to highest priced. Award will be made to the lowest priced, technically acceptable offeror. The Government may use any of the following price analysis techniques IAW FAR 13.106-3(a) to determine price reasonableness: competitive quotes; comparison of the proposed price with prices found reasonable on previous purchases; a comparison with similar items in a related industry; comparison to an independent Government estimate; or any other reasonable basis. The Government intends to award a contract without discussions. The Government, however, reserves the right to conduct discussions if deemed in its best interest. ATTACHMENT(S): Attachment 1 � Statement of Objectives Attachment 2 � Contract Provisions and Clauses
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/22602d49792e4267bdb2556bba28f8d2/view)
- Place of Performance
- Address: Montgomery, AL 36112, USA
- Zip Code: 36112
- Country: USA
- Zip Code: 36112
- Record
- SN07601366-F 20250925/250923230044 (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 |