Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 13, 2025 SAM #8630
MODIFICATION

J -- Cranes and Hoist

Notice Date
7/11/2025 8:02:53 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
FA4497 436 CONS LGC DOVER AFB DE 19902-5016 USA
 
ZIP Code
19902-5016
 
Solicitation Number
FA449725Q0031
 
Response Due
8/12/2025 9:00:00 AM
 
Archive Date
08/12/2025
 
Point of Contact
Daniel Kim, Phone: 3026775215, Jordan Bongcayao, Phone: 3026775211
 
E-Mail Address
daniel.kim.55@us.af.mil, jordon.bongcayao.1@us.af.mil
(daniel.kim.55@us.af.mil, jordon.bongcayao.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial services 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. Quotes are being requested and a written solicitation will not be issued. Description: Dover Air Force Base has a requirement for Cranes and Hoist in accordance with Attachment 1 �Performance Work Statement to be delivered by 01 October 2025. See Attachment 1- Performance of Work Statement for a list of items. Place of Delivery/Performance/Acceptance/FOB Point: F.O.B. Destination: Dover, AFB DE 19962 (exact customer address will be provided in the resulting contract) 0001 Cranes & Hoist Quarterly Inspection TWCF Base 156 EA 0002 Cranes & Hoists Quarterly Inspection O&M Base 76 EA 0003 Annual Load & NDI Test (TWCF) Base Year 39 EA 0004 Annual Load & NDI Test O&M Base Year 19 EA 0005 Normal Hourly Rate for Repairs TWCF Base Year 75 HR 0006 Normal Hourly Rate for Repairs O&M Base Year 75 HR 0007 Emergency Hourly Rate for Repairs TWCF Facilities 25 HR 0008 Emergency Hourly Rate for Repairs O&M Base Year 25 HR 0009 Materials for repairs TWCF Facilities Base Year 1 Lot 0010 Materials for repairs O&M Facilities Base Year 1 Lot 1001 Cranes & Hoist Quarterly Inspection TWCF Base OY1 156 EA 1002 Cranes & Hoists Quarterly Inspection O&M Base OY1 76 EA 1003 Annual Load & NDI Test (TWCF) Base Year OY1 39 EA 1004 Annual Load & NDI Test O&M Base Year OY1 19 EA 1005 Normal Hourly Rate for Repairs TWCF Base Year OY1 75 HR 1006 Normal Hourly Rate for Repairs O&M Base Year OY1 75 HR 1007 Emergency Hourly Rate for Repairs TWCF Facilities OY1 25 HR 1008 Emergency Hourly Rate for Repairs O&M Base Year OY1 25 HR 1009 Materials for repairs TWCF Facilities Base Year OY1 1 Lot 1010 Materials for repairs O&M Facilities Base Year OY1 1 Lot 2001 Cranes & Hoist Quarterly Inspection TWCF Base OY2 156 EA 2002 Cranes & Hoists Quarterly Inspection O&M Base OY2 76 EA 2003 Annual Load & NDI Test (TWCF) Base Year OY2 39 EA 2004 Annual Load & NDI Test O&M Base Year OY2 19 EA 2005 Normal Hourly Rate for Repairs TWCF Base Year OY2 75 HR 2006 Normal Hourly Rate for Repairs O&M Base Year OY2 75 HR 2007 Emergency Hourly Rate for Repairs TWCF Facilities OY2 25 HR 2008 Emergency Hourly Rate for Repairs O&M Base Year OY2 25 HR 2009 Materials for repairs TWCF Facilities Base Year OY2 1 Lot 2010 Materials for repairs O&M Facilities Base Year OY2 1 Lot 3001 Cranes & Hoist Quarterly Inspection TWCF Base OY3 156 EA 3002 Cranes & Hoists Quarterly Inspection O&M Base OY3 76 EA 3003 Annual Load & NDI Test (TWCF) Base Year OY3 39 EA 3004 Annual Load & NDI Test O&M Base Year OY3 19 EA 3005 Normal Hourly Rate for Repairs TWCF Base Year OY3 75 HR 3006 Normal Hourly Rate for Repairs O&M Base Year OY3 75 HR 3007 Emergency Hourly Rate for Repairs TWCF Facilities OY3 25 HR 3008 Emergency Hourly Rate for Repairs O&M Base Year OY3 25 HR 3009 Materials for repairs TWCF Facilities Base Year OY3 1 Lot 3010 Materials for repairs O&M Facilities Base Year OY3 1 Lot 4001 Cranes & Hoist Quarterly Inspection TWCF Base OY4 156 EA 4002 Cranes & Hoists Quarterly Inspection O&M Base OY4 76 EA 4003 Annual Load & NDI Test (TWCF) Base Year OY4 39 EA 4004 Annual Load & NDI Test O&M Base Year OY4 19 EA 4005 Normal Hourly Rate for Repairs TWCF Base Year OY4 75 HR 4006 Normal Hourly Rate for Repairs O&M Base Year OY4 75 HR 4007 Emergency Hourly Rate for Repairs TWCF Facilities OY4 25 HR 4008 Emergency Hourly Rate for Repairs O&M Base Year OY4 25 HR 4009 Materials for repairs TWCF Facilities Base Year OY4 1 Lot 4010 Materials for repairs O&M Facilities Base Year OY4 1 Lot FAR provision 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services, applies to this acquisition. As prescribed in FAR 12.301(b)(1), FAR provision 52.212-1 found within Attachment 5 � 52.212-1 Addendum, has been tailored for this requirement and should be referenced along with the following instructions when submitting a quote. 1. Simplified Acquisition Procedures will be used in accordance with (IAW) FAR part 13 and FAR subpart 13.5 in awarding this contract. The Government intends to award a Firm-Fixed-Price (FFP) contract to satisfy this requirement. This requirement is being solicited as a Request for Quotation (RFQ); submission of a quote does not guarantee receipt of award. 2. Questions may be submitted to the points of contact below, no later than 25 Jul 2025; no later than 12:00 P.M. EDT. Questions submitted after this date and time may not be answered. 3. Site Visit : There will not be site visit unless specifically requested. If a site visit is requested, the meeting place will be 442 13th St, Dover AFB, DE 19902 � Base Access: Dover AFB is not an open base and you must have a valid ID for both yourself and your vehicle to access the base. Anyone who does not have the necessary identification to enter the base must make arrangements with the contracting office to be signed onto the base. Please submit your name, organization, state and number of their valid driver�s license, and date of birth to Daniel Kim at daniel.kim.55@us.af.mil and Jordon Bongcayao at jordon.bongcayao.1@us.af.mil no later than 1 Aug 2025 by 12:00PM EST. Attendees requiring escorted base access will meet at the Dover AFB Pass and Registration office located at the Visitor�s Center at 331 Main Gate Way 45 minutes prior to the scheduled meeting. A member of the contracting office will be present to escort attendee�s to the site visit location. 4. Quoters must use Attachment 2- Quote Schedule to submit their prices and technical capability. Company information must be included. Quotes in response to this solicitation must be submitted via email to the point of contact(s) above. 5. Submission of Offers. Quotes will only be accepted electronically. Contractor(s) is responsible for submitting a Quote in response to this solicitation. The subject line of the email shall contain the solicitation number (FA449725Q0031) and your company name. If it is necessary to send more than one email, the subject line of the email shall contain the solicitation number, the company name the sequential order of the email, and the total of emails to be received. For example, a Quoter who would be sending two emails in response to the request for Quote would have the following subject lines: FA449725Q0031, Your Company Name, Email 1 of 2 FA449725Q0031, Your Company Name, Email 2 of 2 It is the responsibility of the quoter to ensure the Quote, and all required attachments are received by all the above email addresses prior to the close date and time of the solicitation. Amendments must be acknowledged in writing, or the Quote may be ineligible for evaluation and award. It is the Quoter's responsibility to check SAM.gov for amendments issued against this solicitation and respond; accordingly, otherwise, Quotes will not be accepted. 6. For a quote to be eligible for award, the quoter must have a current registration in the System for Award Management (SAM): https://www.sam.gov, prior to submitting a quote, IAW FAR 4.1102. SAM will be checked to verify the quoter's status before any evaluation is conducted. In accordance with FAR 9.1 prospective quoters must be determined responsible prior to award. 7. FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items with alternate I applies to this acquisition. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v) of this provision. Offeror shall identify the applicable paragraphs by completing the fill-ins required per the aforementioned instructions within Attachment 3- Provisions and Clauses. 8. Clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. The additional FAR clauses cited in the clause are identified in Attachment 3-Provisions and Clauses as applicable to the acquisition. 9. Quoters are required to meet all material solicitation requirements, such as terms and conditions, representations and certifications, deliverables, Performance Work Statement (PWS), etc. Failure to comply with the terms and conditions of the solicitation may result in the Quoter being ineligible for award. Quoters must clearly identify any exception to the solicitation terms and conditions and must provide complete supporting rationale. The Government reserves the right to determine any such exceptions unacceptable, and the quote, therefore, ineligible for award. 10. The terms and processes used in this acquisition are not subject to the definitions nor processes found in FAR subpart 15.3, even if defined or described in FAR part 15. Reference to offers, offerors, or proposals in this acquisition shall be read as quotations, vendors, quoters, or quotes. Any clerical errors in this solicitation, to include the attachments, that use the source selection nomenclature in FAR part 15 shall be read and interpreted in a manner consistent with FAR part 13. Examples of nomenclature found in FAR part 15 include: Request for Proposals (RFP), De-briefing, Discussions, Clarifications, etc. Unless otherwise defined in this solicitation, or in the specific FAR part being referenced, definitions of words retain their definition under FAR 2.101, unless no definition is provided, in which the common dictionary meaning shall be used IAW FAR 1.108(a). FAR Provision 52.212-2, Evaluation � Commercial Products and Commercial Services, applies to this acquisition. As prescribed in FAR 12.301(c), the following addendum is provided for this solicitation and hereby amends any language therein: The Government intends to award a Firm-Fixed Price contract resulting from this solicitation to the responsible quoter whose quote conforms to the solicitation; is most advantageous to the Government, price and other factors considered; and provides the best value to the Government in accordance with FAR 13.106-1(a)(2)(ii) and FAR 2.101. There is no ranking or assigned importance to evaluation factor IAW FAR 13.106-1(a)(2)(iii). The use of FAR 15.3 and DoD Source Selection Procedures are not applicable to this solicitation, or any award resulting from this solicitation. The following factors shall be used to evaluate quotes: Quality (technical capability) and Price. Quality and Price are approximately equal. Basis for contract award: This is a competitive selection in which the competing quoters will be evaluated on best value. The Government expects to award one (1) firm-fixed price requirements contract as a result of this solicitation. The US Government will make an award to the responsible (IAW the Federal Acquisition Regulation [FAR]) contractor whose offer conforms to the solicitation and are determined to be the most advantageous to the Government considering price and non-price factors. The solicitation requirements include all stated terms, conditions, representations, certifications, and other information required by 52.212-1 of this solicitation. Evaluation Approach: All quotations will be evaluated for responsiveness. Responsiveness is determined by verifying compliance with FAR 52.212-1 and information contained within this RFQ. All responsive quotations will be ranked, by price, from the lowest to the highest Total Evaluated Price (TEP). A Quoter�s TEP is depicted in Attachment 2, Quote Schedule. The TEP is comprised of the total contract value (base and all options) plus the 6- month option available at FAR 52.217-8, Option to Extend Services. Pricing for FAR 52.217-8 is determined by taking the average �amount� of the base and four (4) options and dividing by two (2). The solicitation and subsequent award for this acquisition contains the clause at FAR 52.217-8, Option to Extend Services. This option to extend the contract term is evaluated as part of the initial evaluation, so that any resultant exercise of this option is within scope of the pending contract. The inclusion of this clause provides up to six (6) months of continued performance when it is in the Government�s best interest to continue performance after the end of any option period. If conditions warrant the exercise of this option, the price(s) for the continued performance under this clause shall be at the same price(s) as the prior performance period. Technical evaluations will start with the lowest TEP quotation and continue until two (2) Quoters are determined to be technically acceptable, or until all Quoters have been evaluated. The Government will make a determination of price fair and reasonable Factor 1: Technical Capability Technical capability will be evaluated using two (2) subfactors, a technical approach/plan and certifications and qualifications. Both will be evaluated for being Acceptable or Unacceptable. All subfactors must be technically acceptable to be eligible for the award. Technical Capability will be evaluated and rating utilizing the following definitions: Acceptable: Quote meets the requirements of the solicitation Unacceptable: Quote does not meet the requirements of the solicitation Subfactor 1: Technical Approach/Plan: Shall clearly explain how the quoter intends to ensure successful contract performance IAW the PWS. Technical approach/ Quotes shall not simply rephrase or restate the PWS or contain general statements such as ""Standard procedures will be employed"". Quotes shall provide convincing rationale addressing how the technical portion of the Quote meets solicitation requirements. Five (5) page maximum. Subfactor 2: Certifications and Qualifications: Certificates for each employee who will work on Dover AFB cranes and hoists, showing that they have successfully completed an industry recognized crane and hoist certification course (OSHA, ANSI & NCCCO) and a resume for each employee, verifying and detailing that they are competent, qualified and experienced journeyman mechanics in the trade and that they have a minimum of two (2) years continuous crane and hoist repair, test and certification. Certifications and Qualifications will be reviewed to determine expertise and capability to meet the requirements of this contract. These will be deemed acceptable if found to be within scope of the contract requirements, otherwise they will be considered unacceptable. No page limit. Factor 2: PRICE Price will be evaluated as follows: Completeness: Upon receipt of quotes, the contracting officer will screen quotes to ensure they are complete, and all required information and pricing are present. This will be done quickly, and in the most minimally burdensome fashion, as determined by the contracting officer. Price Reasonableness: The proposed prices will be evaluated for reasonableness. Reasonableness must represent a price to the Government a prudent person would pay in the conduct of competitive business. Normally, price reasonableness is based on competitive quotations, as outlined in FAR 13.106-3(a)(1), but price reasonableness may also be determined through price analysis techniques, as described in FAR 13.106-3. Total Evaluated Price: Only the total evaluated price (TEP) submitted in the quote will be evaluated; this includes the total CLIN pricing for the basic year and all option years listed in listed in Attachment 2- Quote Schedule. The total proposed price for all options will be added to the total proposed price for the basic requirement as part of the TEP calculation. TEP will be used for evaluation purposes only. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Attachment 1 � Performance Work Statement Attachment 2 � Quote Schedule Attachment 3 � Provisions and Clauses Attachment 4 - Wage Determination Attachment 5 � 52.212-1 Addendum
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/19c1b25971da49adb29ce9b888796154/view)
 
Place of Performance
Address: Dover AFB, DE 19902, USA
Zip Code: 19902
Country: USA
 
Record
SN07506344-F 20250713/250711230039 (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.