MONTHLY MAINTENANCE FOR RGF ULTRASORB® WATER TREATMENT UNITS
Notice ID: FA664824Q0003

(i) This is a combined synopsis/solicitation (hereafter referred to as “solicitation”) for commercial services prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation (paper copy) will not be issued. Further, Offerers are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. This is a competitive simplified acquisition selection conducted in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 13 Contracts awarded under FAR 13 are not subject to FAR 15.3 procedures.

(ii) Solicitation Number:  FA664824Q0003. This solicitation is issued as a Request for Quotation (RFQ). Please provide the full solicitation number on all packages* 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.

(iii) This solicitation document and incorporated provisions and clauses for commercial products and commercial services are those in effect through Federal Acquisition Circular (FAC) 2023-04, Electronic Code of Federal Regulation (eCFR) https://gov.ecfr.io/cgi-bin/ECFRl, and Department of the Air Force Federal Acquisition Regulation Supplement (DAFAC) 2023-0707.

(iv) This procurement is being issued as: a 100% Competitive Small Business Set Aside under NAICS code 562219- Other Nonhazardous Waste Treatment and Disposal with a size standard of $47 million dollars.

(v) Contract Line Item Number (CLIN) Nomenclature: The following services are required for each year of contract services, and are provided as an example of the CLIN structure. SEE MODEL CONTRACT/SOLICITATION for more information:

CLIN X001: MONTHLY MAINTENANCE OF 5 RGF               Quantity: 12 Months

ULTRASORB WATER TREATEMENT UNITS

CLIN X002: Over & Above Miscellaneous Parts/Repair Services

(Not to Exceed $4,500 per year)

* This CLIN will be set as the same Not to Exceed price of $4,500 for all quotes. Please reference the PWS for further details.

CLIN 5001: MONTHLY MAINTENANCE OF 5 RGF               Quantity: 6 Months

ULTRASORB WATER TREATEMENT UNITS

* This CLIN covers the 52.217-8 Option to Extend Services

CLIN 5002: Over & Above Miscellaneous Parts/Repair Services

(Not to Exceed $4,500 per year)

* This CLIN will be set as the same Not to Exceed price of $4,500 for all quotes. Please reference the PWS for further details.

Please review this solicitation in its entirety including all solicitation attachments provided herein and submit an offer for the requested services as outlined in the PWS (Attachment 2) Offerors shall submit their firm fixed-price quote using attached Solicitation - FA664824Q0003 on pages 3, 4, and 5 (Attachment 1).

(vi) Description of Services.

Homestead Air Reserve Base requires services to perform monthly maintenance and inspection of five (5) RGF Ultrasorb® water treatment units located at Homestead ARB, Florida. Services necessary include but are not limited to miscellaneous repairs and replacement of parts to ensure the sustained normal working operation of each RGF Units and proper disposal of material when necessary.

The Contractor shall provide all management, supervision, personnel, labor, materials, supplies, equipment, tools, parts, transportation, and other items and non personal services necessary to perform the monthly maintenance, inspection, and repairs for the five (5) RGF Ultrasorb® water treatment units located at Homestead ARB, Florida. Monthly maintenance and inspection is to be performed on all 5 units once per month for 12 months a year. All work shall be completed in accordance with the attached Performance Work Statement (PWS) dated 8 March 2024 (Attachment 2).

(vii) The anticipated contract will be a Firm-Fixed-Price (FFP) and the anticipated period of performance (PoP) shall consist of a base year plus four 1-year option period plus 6 month option extension.

(viii) Any questions generated from this solicitation must be submitted in writing to Gleybis Carrera at gleybis.carrera.1@us.af.mil  no later than 10:00 AM Eastern Standard Time (EST), 20 March 2024. When addressing questions concerning any aspect of the solicitation, state the page number, section, and paragraph that requires clarification. The Contracting Officer will provide clarification(s) through amendment(s) to the solicitation following receipt of any questions by the end of day on 22 March 2024 at 5:00 P.M. Any questions received after 10:00 PM on 20 March 2024 may or may not be answered.

(ix) 52.237-1 Site Visit.

Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable.  In no event shall failure to inspect the site constitute grounds for a claim after contract award. 

Site Visit Date/Time:   Monday, 25 March 2024 at 10:00 AM EST.

Site Visit Registration Deadline: Thursday, 21 March 2024 at 10:00 AM EST

Requests to attend the site visit shall be emailed to Contracting Officer Gleybis Carrera at gleybis.carrera.1@us.af.mil. Within your request include company name and names of those who will be attending. Instructions for base access will be emailed to contractors upon site visit registration.

(x) It is the Offerer's responsibility to be familiar with all applicable provisions and clauses. See https://gov.ecfr.io and https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. Class deviations can be found at https://www.acq.osd.mil/dpap/dars/class_deviations.html.

For your convenience all applicable provisions and clauses are included in the attached Solicitation - FA664824Q0003 (Attachment 1).

(xi) Special Instructions.

All offerers shall meet the requirements of the Request For Quote (RFQ) identified in 52.212-1 and 52.212-2 addenda's. Failure to do so will be at the Offerer's own risk. The Government shall not pay any Offerer for any cost or expenses associated with the preparation of their quote. The offerer must follow the instructions contained herein to assure timely and equitable evaluation of the offer. Offerers are required to be fully responsive to and consistent with all of the solicitation requirements using the attached Solicitation - FA664824Q0003 (Attachment 1). Failure to meet a requirement may result in an offer being ineligible for award. Offerers must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.

 Email Format: The subject line of all emails that comprise the proposal shall be formatted as follows: Subject: FA664824Q0003/Company Name/Email X of X (insert number of the email and total number of emails)

System for Award Management. In order for an Offeror to be considered for award, the Offeror must be registered in System for Management Award {SAM). Visit the SAM website at https://www.sam.gov for further information.

 If you are not registered and active in SAM, you cannot receive an award.

(xii) The provision at 52.212-1, Instructions to Offerors – Commercial applies to this acquisition.

(xiii) The provision at 52.212-2 -- Evaluation -- Commercial Items applies to this acquisition. Please see below for addendum:

ADDENDUM to FAR 52.212-1

1. Submission of offers. Electronic Submission of offers is required. Offers shall be submitted via email to the following: Gleybis Carrera, gleybis.carrera.1@us.af.mil not later than 10:00 AM EST on 27 March 2024. Offerers shall submit a clear and complete quote and include only information that is relevant to this notice. Offerers shall submit their firm fixed-price quote using the attached Solicitation - FA664823Q0039 (Attachment 1). In addition, the following Contractor information shall be included with your quote. 

  • SAM UEI Number:TIN Number
  • CAGE Code:
  • Contractor Name:
  • Payment Terms (NET 30) or Discount:
  • Point of Contract and Phone Number:
  • Email Address:
  • Warranty (if applicable):

(b)(8) Representations/Certifications: Utilizing the provision below (52.212-3 -­ Offerer Representations and Certifications - Commercial Items) Offerers shall complete the necessary fill-ins, representations and certifications as set forth in the solicitation.

(b)(9) Acknowledgement of Solicitation Amendments. The Government reserves the right to revise or amend the solicitation and attachments prior to the offer closing time. Such amendments will be issued electronically with an update to sam.gov. In such cases, the amendment will include an announcement of the new closing date and time (if applicable). The Offerer shall acknowledge all amendments issued including a section titled Acknowledgment of Amendments with their quote package and identifying the Amendment#, Date issued & initialing.

(b)(11) Offerers shall identify and explain any exception, deviation, or assumption to the solicitation terms and conditions and provide accompanying rationale. Offerers are cautioned that it is not the Government's intent to incorporate the Offerer's proposal in the resulting award. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration.

Discrepancies. If an Offerer believes that the requirements in these instructions contain an error, omission, or are otherwise unsound, the Offerer shall immediately notify the Contracting Officer in writing with supporting rationale as well as the remedies the Offerer is asking the Contracting Officer to consider as related to the omission or error. The Offerer is reminded that the Government reserves the right to award this effort based on the initial proposal, as received, without discussion.

2.  Period for acceptance of offer: Offeror agrees to hold prices for 60 calendar days from proposal due date

3. Contract award. The Government intends to evaluate offers and award a firm fixed- price contract without discussions with Offerers. Therefore, the Offerer's initial offer should contain the Offerer'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 and waive informalities and minor irregularities in offers receive.

ADDENDUM to FAR 52.212-2

Basis of Award. The Government will award a contract resulting from this solicitation to the responsible Offerer whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Best value is expected to result from selection of the lowest total evaluated price (inclusive of all options) having acceptable ratings in both factors of Technical Capability and Past Performance. 

The following factors shall be used to evaluate offers:

Factor 1, Price: The Offeror shall submit pricing information to support the completeness and reasonableness of their proposed prices for all CLINs to include all options. The pricing information submitted shall fully support the requirements specified in the PWS. Offerors shall use the attached Solicitation - FA664824Q0003 (Attachment 1) to submit pricing on a firm fixed-price basis.

Factor 2, Technical: The Offeror shall provide a technical approach to perform services in accordance with the attached PWS Attachment 02. The narrative should include as specifically as possible, the actual methodology that will be used for accomplishing and satisfying the PWS’s stated requirements. The Offeror shall assume that the Government has no prior knowledge of its capabilities, facilities, and experience, thus the technical evaluation will be solely based on the information presented in the Offeror's Technical Capability Narrative.

In order to be found technically acceptable the quote must demonstrate the contractor's ability to provide the service as outlined in the PWS (Attachment 2). The government will evaluate quotes to determine technical acceptability. It is a pass/fail basis. If a quote fails, it will be determined to be not technically acceptable. Quote must be rated as technically acceptable to be eligible for award. (Your quote package MUST clearly show and demonstrate your company's ability to meet the stated requirements outlined in the performance work statement. Failure to provide enough information will result in a determination of quote being unresponsive to the solicitation.)

Factor 3, Past Performance: The Offeror shall submit at least two (2) recent and relevant past performance work within the last three (3) years. The Past Performance information shall include Contract Number, Agency of performed work, brief description of the contracted services, total dollar amount, and Agency's Point of Contact (Email/Phone Number).

In order to be found acceptable for past performance, past performance information included with the quote package must demonstrate a reasonable expectation that the offeror will successfully perform the required effort or the offeror's performance records is unknown.  If based on the offeror's performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort an unacceptable rating will be assigned. 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 shall be determined unknown/neutral past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered acceptable. It is a pass/fail basis. If a quote fails, it will be determined to be unacceptable for past performance.

Evaluation of Offers. By submission of its quote, the offeror agrees to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to adhere to all solicitation requirements may result in an offer being determined unacceptable and ineligible for further evaluation. The evaluation process follows:

Quotes will be reviewed in sequence with the lowest priced offer being evaluated first. All offers will be evaluated on their proposed Total Price. If the initial lowest price is found to be technically acceptable and have acceptable past performance, award will be made to that vendor. If the offeror was found technically acceptable, but did not obtain an acceptable past performance rating, award will not be made to that offeror and the next lowest priced offeror will be evaluated. This process will continue until the Government has obtained a lowest priced offeror with acceptable Technical and acceptable Past Performance. Only one award will be made under this solicitation.

Notice of Award. A written notice of award or acceptance of an offer, emailed 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.

Offerors are required to complete the representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -­ Commercial Products and Commercial Services (DEC 2022) (included in Attachment 1) OR complete electronic annual representations and certifications at the System for Award Management https://www.sam.gov/SAM/.

Offerors are required to complete the representations found in the provision 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) (included in Attachment 1).

The clause at 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services (DEC 2022), applies to this acquisition.

The clause at 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.

Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com.

Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause.

All responsible small business organizations may submit a quote, which shall be considered.

List of Attachments:

Attachment 1 - Solicitation FA664824Q0003

Attachment 2 - PWS Dated 13 March 2024

Attachment 3 - Wage Determination

Department/Ind.Agency DEPT OF DEFENSE
Office
AIR FORCE RESERVE COMMAND
Contract Opportunities
Notice Type
Combined Synopsis/Solicitation
Updated Date
2024-03-15
Published Date
2024-03-15
Logo

Don't have an account? Sign Up

Forgot password?

Or log in with