Consolidated Fire Protection System Maintenance Services

expired opportunity(Expired)
From: Federal Government(Federal)
FA930122Q0019

Basic Details

started - 15 Jul, 2022 (21 months ago)

Start Date

15 Jul, 2022 (21 months ago)
due - 15 Aug, 2022 (20 months ago)

Due Date

15 Aug, 2022 (20 months ago)
Bid Notification

Type

Bid Notification
FA930122Q0019

Identifier

FA930122Q0019
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (706008)DEPT OF THE AIR FORCE (60218)AFMC (17422)AIR FORCE TEST CENTER (3199)FA9301 AFTC PZIO (278)
[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.

*****Notice to Vendor(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this Request for Quote (RFQ) until funds are available. The Government reserves the right to cancel this RFQ, either before or after the closing date. In the event the Government cancels this RFQ, the Government has no obligation to reimburse a vendor for any costs. *****(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Commercial Items (FAR 12) and Simplified Acquisition Procedures (FAR 13) will be used for requirement. Hereafter, this notice shall be titled "Solicitation."(ii) Solicitation Number: FA930122Q0019. This solicitation is issued as a Request for Quote (RFQ) to offerors.(iii) This
solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2022-06, effective 26 May 2022; and DPN 20220623.(iv) This is a 100% Total Small Business Set aside. The North American Industry Classification System (NAICS) code for this project is 811310 with a size standard of $8,000,000.(v) Contract Line Item Number (CLIN) Nomenclature and Contract Structure: The following represent the CLIN structure for this contract, where "XX" indicates the variety of the base period (i.e. 0001, 0002, etc.) vs. year two (i.e. 1001, 1002, etc.) vs. year three (i.e. 2001, 2002, etc.), and so forth.The CLINs below, as also identified within the model contract, represent an estimated maximum quantity for each item. However, the Government reserves the right to order none, some, or more than the estimated quantities of each item solely based upon its needs. See the attached model contract for detailsCLIN XX01 - Fire Extinguisher MaintenanceCLIN XX02 - Semi-annual inspection, testing, and maintenance – Clean Agent and Wet systemsCLIN XX03 - Annual inspection, testing, and maintenance – Clean Agent and Wet systemsCLIN XX04 - Semi-annual inspection, testing, and maintenance – CO2 SystemCLIN XX05 - Annual inspection, testing, and maintenance – CO2 SystemCLIN XX06 - Refill CO2 TanksCLIN XX07 - Emergency Service CallCLIN XX08 - Over and Above(vi) Contract Type: The anticipated contract type is Indefinite Delivery Indefinite Quantity (IDIQ). It is anticipated that one will be issued.(vii) Description of items to be acquired: IDIQ for the acquisition of Fire Protection System services at Edwards AFB (EAFB) and Air Force Research Laboratory (AFRL).Inspection, testing, recharge, re-filling, maintenance, hydrostatic testing, repairing and painting of:(1) Fire Extinguishers(2) Fire Suppression (Wet) Systems(3) Cardox CO2 Fire Suppression Systems***For additional details please see PWS (Attachment # 2)(viii) Location of requirement: Edwards AFB (EAFB) and Air Force Research Laboratory (AFRL)(ix) Period of Performance: 5 years(x) The provision at 52.212-1 "Instructions to Offerors -- Commercial" applies to this acquisition. Offers are due by 15 August 2022 at 11:00 AM Pacific Standard Time (PST) via electronic mail to Stacey Stuart at stacey.stuart@us.af.mil  and Thomas Prothro at thomas.prothro@us.af.mil.(a) Addendum to the provision at FAR 52.212-1 "Instructions to Offerors -- Commercial":Offerors shall complete all portions of SF 1449 blocks 12, 17a, 26, 30a, 30b and 30c. In doing so, the offeror accedes to the contract terms and conditions as written in the Model Agreement, with attachments. Additionally, offerors shall fill in the Unit Price and Amount sections for CLINs 0001 thru 0007 (beginning on page 3 of the SF1449 Model Agreement).  The Total Agreement Price (all five years) shall be stated by the offeror in Block #26 on page 1 of the SF 1449 Model Agreement.  Additionally, please complete the ELIN Exhibit A Fire Extinguisher Price List. (Attachment 3)Cover Letter - offerors are to provide a cover letter with all required information specified within the provision at FAR 52.212-1(b)(1) thru (11) as applicable (See link: https://www.acquisition.gov/far/part-52#FAR_52_212_1). If a section does not apply to an offeror, simply state "N/A."  Offerors are permitted to provide additional information on your company that you deem relevant to this acquisition.Page Limitations - Offerors cover letter shall be no more than 3 pages in length.Page/Font Size - Although proposals are to be submitted electronically, the page size should be structured to print on a normal 8.5 X 11-inch sheet of paper. Margins shall be no less than 1 inch on all sides, using Times New Roman font size 12 or larger. Pages shall be numbered sequentially as applicable.Electronic files must be in Adobe (.pdf) or Microsoft Word Version 2016 or earlier. Excel files (if used) must be in Excel 2016 or earlier format.(End of Addendum)(xi) The provision at FAR 52.212-2 "Evaluation -- Commercial Items" applies to this acquisition.(a) Addendum to the provision at FAR 52.212-2 "Evaluation -- Commercial Items": 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. The following factor shall be used to evaluate offers: (xi) The provision at FAR 52.212-2 "Evaluation -- Commercial Items" applies to this acquisition.(a)    Addendum to the provision at FAR 52.212-2 "Evaluation -- Commercial Items": TheGovernment 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 the technical factor considered. Award will be made using a Lowest Price Technically Acceptable (LPTA) approach; the Government will award to the lowest priced offeror that is determined technically acceptable. The following factors shall be used to evaluate offers: (i) Factor 1 - Price, (ii) Factor 2 - Technical Capability, this factor will be rated Acceptable/Unacceptable. (i) Price – [The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The government shall evaluate price for reasonableness.  The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s)]. The lowest price offer will then have its Technical Capability evaluated for technical acceptability (Acceptable/Unacceptable).  (ii) Technical capability is measured at the time of the offer to meet the Government requirement; (Your offer package MUST clearly show and demonstrate your company’s ability to meet the stated requirements outlined in the Performance Work Statement).(End of Addendum)(xii) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer, or have a completed copy with their SAM.gov registration. If completed via SAM.gov, please state so within the proposal/quote.Offerors shall include a completed copy of the provision at FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, with its offer. FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, and FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and any addenda to the clause.(xiii) Defense Priorities and Allocation System (DPAS): N/A(xiv) Proposal Submission Information: All questions or comments must be sent to Stacey Stuart at stacey.stuart@us.af.mil  and Thomas Prothro at thomas.prothro@us.af.mil  no later than 29 July 11:00 AM PST.  Offers and Quotes are due no later than 15 August 11:00 AM PST.AttachmentsSolicitation Model ContractPerformance Work Statement (PWS)ELIN Exhibit A Fire Extinguisher Price ListWage Determination

Edwards ,
 CA  93524  USALocation

Place Of Performance : N/A

Country : United StatesState : CaliforniaCity : Edwards Air Force Base

You may also like

Fire Extinguisher Inspection Services

Due: 31 May, 2029 (in about 5 years)Agency: Southern Fire & Safety

Facilities - Security and Fire Protection Services

Due: 31 Jul, 2028 (in about 4 years)Agency: State Of North Dakota

Inspection, Testing, Maintenance and Repairs of Fire Alarm Systems

Due: 30 Apr, 2024 (in 10 days)Agency: Administrative Services, Procurement Services

Please Sign In to see more like these.

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

Classification

naicsCode 811310Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
pscCode J012Maintenance, Repair and Rebuilding of Equipment: Fire Control Equipment