B1020, 2nd Floor, Global Hawk GSMP Reconfiguration

expired opportunity(Expired)
From: Federal Government(Federal)
24-MLOD-090

Basic Details

started - 23 Apr, 2024 (8 days ago)

Start Date

23 Apr, 2024 (8 days ago)
due - 25 Apr, 2024 (6 days ago)

Due Date

25 Apr, 2024 (6 days ago)
Bid Notification

Type

Bid Notification
24-MLOD-090

Identifier

24-MLOD-090
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710271)DEPT OF THE AIR FORCE (60565)AIR FORCE MATERIEL COMMAND (2262)AIR FORCE TEST CENTER (3216)FA9302 AFTC PZZ (455)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (4)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

UPDATED Added Questions and Answers document to Attachments section. UPDATES to RFQ below:1. Uploaded newer version of the Wage Determination document. If you want to review online via SAM.Gov use California and Kern County for your search.2. SITE VISIT SCHEDULED: 10 April 2024, 2:00 p.m. PST @ Edwards AFB, CA If you are interested in attending a site visit of the area to be worked please send the below information to Kimberly McGee at kimberly.mcgee@us.af.mil and Karla Vazquez Montes at karla_lizette.vazquez_montes@us.af.mil via electronic mail by 9 April 2024, 12:00 p.m. PST in order to gain access to the base. Directions and additional visit information will be sent to those that respond. No late or same day submissions will be accepted.Full NameCompany NameDriver’s License Number, State, Expiration DatePlace of BirthUS Citizen – Yes or No3.
Extended Offer due date to:Offers are due by 25 April 2024 at 2:00 p.m. PST. Questions and Offers must be sent to Kimberly McGee at kimberly.mcgee@us.af.mil and Karla Vazquez Montes at karla_lizette.vazquez_montes@us.af.mil via electronic mail.No late submissions will be accepted.4. Added Questions and Answers document to Attachments section. Original Post:This is a combined synopsis/solicitation for commercial items prepared in accordance with theformat in FAR Subpart 12.6, as supplemented with additional information included in this notice.This announcement constitutes only the SOLICITATION; quotes are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used forrequirement.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 including delivery FOB Destination Edwards AFB CA 93524.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 viaemail, 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 aRequest for Quote (RFQ).Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-03 effective 23 Feb 2024, DFARS Change 02/15/2024 effective 15 Feb 2024, and DAFAC 2023-0707, effective 07 Jul 2023. Description: B1020, 2nd Floor, Global Hawk GSMP ReconfigurationB1020, 2nd Floor GSMP Reconfiguration to include but not limited to:• Demolition and removal of three single phase, 120 V, 15 kVA UPS• Demolition and removal of two 12 V charging units• Removal of circuit breakers, 2 pole, 240 V, 70 to 100 amp, FA frame• Electrical demolition and removal of transformer, dry type, 3 phase to 600 V, 112.5 kVA, including removal of support wire and conduit terminations• Disposal of batteriesSee attached Statement of Work for details.NAICS 561210 - "Facility Support Services" – Size Standard: $47MSMALL BUSINESS SET-ASIDEThe provision at FAR 52.212-1, Instructions to Offerors – Commercial Products and Services (Sep 2023), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2018) Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included:PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: a. UEI Numbers: b. CAGE Code c. Contractor Name: d. Payment Terms (net30) or Discount: e. Point of Contact and Phone Number: f. Email address: g. FOB (destination): h. Warranty (if applicable): i. Date Offer Expires: j. Completed copy of FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) k. Completed copy of FAR 52.212-3, Alt I, Offeror Representations and Certifications – Commercial Items (Feb 2024) – or notification that FAR 52.212-3 representations andcertifications are available on SAM.gov.The provision at 52.212-2, Evaluation - Commercial Products and 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 theGovernment, price, and other factors considered.EVALUATION:SELECTION CRITERIA: BEST VALUE BASED ON LOWEST PRICE, TECHNICALLY ACCEPTABLE (LPTA)Best ValueThe solicitation provides that quotations will be evaluated using Lowest Price Technically Acceptable (LTPA). The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability factor contains two non-cost subfactors:Technically Acceptable Subfactors: (1) Ability to provide B1020, 2nd Floor, Global Hawk GSMP Reconfiguration (2) Experience – offers must submit at least three instances of providing Demo and Removal of UPS, transformers, circuit breakers, and disposal of batteriesThe agency will first rank quotations according to price, from lowest to highest, and will evaluate the three (3) lowest-priced quotations 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 AcceptabilityThe ability to provide B1020, 2nd Floor, Global Hawk GSMP Reconfiguration will be assigned ratings of satisfactory or unsatisfactory.Experience, for those offers submitting at least three instances of providing B1020, 2nd Floor, Global Hawk GSMP Reconfiguration, will be considered for quality. Quality will be assigned ratings of satisfactory or unsatisfactory, offerors rated unsatisfactory will be found not technically acceptable for experience.The Government will award a delivery order resulting from the RFQ to the responsible offeror whose quote is responsive to the RFQ and considered to be the Best Value based on LTPA.Quote Submission Information:Offers are due by 9 April 2024 at 8:00 a.m. PST. Questions about this solicitation are due by 4 April 2024, 12:00 p.m. PST.Questions and Offers must be sent to Kimberly McGee at kimberly.mcgee@us.af.mil and Karla Vazquez Montes at karla_lizette.vazquez_montes@us.af.mil via electronic mail. No late submissions will be accepted.PROVISIONS AND CLAUSESFAR52.212-4 Contract Terms and Conditions – Commercial Products and Commercial Services (Nov 2023)52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services. (Feb 2024)52.204-7 System for Award Management (Oct 2018)52.204-13 System for Award Management (Oct 2018)DFARS252.203-7000 Requirements Relating to Compensation of Former DoD Officials. Sep 2011252.203-7002 Requirement to Inform Employees of Whistleblower Rights. Dec 2022252.204-7004 Antiterrorism Awareness Training for Contractors. Jan 2023252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. Jan 2023252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. Jan 2023252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipmentor Services. Jan 2023252.204-7020 NIST SP 800-171 DoD Assessment Requirements. Jan 2023252.205-7000 Provision of Information to Cooperative Agreement Holders. Dec 1991252.222-7006 Restrictions on the Use of Mandatory Arbitration Agreements. Jan 2023252.223-7004 Drug-Free Work Force. Sep 1988252.223-7008 Prohibition of Hexavalent Chromium. Jan 2023252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime. Jan 2023252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and NativeHawaiian Small Business Concerns. Jan 2023252.232-7010 Levies on Contract Payments. Dec 2006252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel. Jan 2023252.243-7002 Requests for Equitable Adjustment. Dec 2022252.244-7000 Subcontracts for Commercial Products or Commercial Services. Jan 2023DAFFARS5352.201-9101 OMBUDSMAN (JUL 2023)Defense Priorities and Allocation System (DPAS): N/A

Location

Place Of Performance : N/A

Country : United StatesState : CaliforniaCity : Edwards Air Force Base

Office Address : CP 661 277 4503 5 SOUTH WOLFE AVE BLDG 2800 EDWARDS AFB , CA 93524-1185 USA

Country : United StatesState : CaliforniaCity : Edwards Air Force Base

Classification

naicsCode 561210Facilities Support Services
pscCode Z2AAREPAIR OR ALTERATION OF OFFICE BUILDINGS