Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 16, 2025 SAM #8633
MODIFICATION

J -- Stationary Nitrogen Generator Maintenance

Notice Date
7/14/2025 12:05:18 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
FA6712 911 AW LGC CORAOPOLIS PA 15108-4495 USA
 
ZIP Code
15108-4495
 
Solicitation Number
FA6712
 
Response Due
7/29/2025 8:59:00 AM
 
Archive Date
08/13/2025
 
Point of Contact
Crystal Spurlin, Ryan Scott, Phone: 4124748482
 
E-Mail Address
crystal.spurlin@us.af.mil, ryan.scott.34@us.af.mil
(crystal.spurlin@us.af.mil, ryan.scott.34@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for non-personal commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6 using, �Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services,� and FAR Part 13, �Simplified Acquisition Procedures,� 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. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This RFQ is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred in response to this announcement shall be borne by the firm and will not be charged to the Government for reimbursement. The Government reserves the right to cancel this RFQ either before or after the closing date. In the event the RFQ is cancelled, the Government has no obligation to reimburse costs associated with preparing and providing a quote. The solicitation end date may be extended if found in the best interest of the government. This combined synopsis/solicitation SHALL be posted to Contract Opportunities (SAM.gov). The Request for Quotation (RFQ) number is FA671225Q0003. This solicitation documents and incorporates provisions and clauses in effect through the Federal Acquisition Regulations Circular FAC 2025-04. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.ecfr.gov/ and https://www.acquisition.gov/. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance with a Size Standard of $12.5 M. This solicitation will result in one (1) firm-fixed price order consisting of a base period of 12 months and 4 option year periods of 12 months each with a possible extension of up to 6 months per FAR 52.217-8 Option to Extend Services. The proposed requirement is a 100% total Small Business set-aside. Quotes submitted by other than SB will not be considered. It is anticipated that sufficient quotes will be received to establish competition resulting in a fair and reasonable price to the government. All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. Invoices will be processed via Wide Area WorkFlow (WAWF) and instructions shall be provided at time of award. QUESTIONS regarding this RFQ should be submitted by FRIDAY JULY 18, 2025 @ 11:59 am Eastern Time to BOTH the Contracting Specialist, Crystal Spurlin (crystal.spurlin@us.af.mil) and the Contracting Officer, Ryan Scott (ryan.scott.34@us.af.mil). All questions will be compiled and answered, then posted as an Ammentment to this RFQ. The due date for quotes is Tuesday July 29th, 2025 @ 11:59 am. eastern time. Quotes received after this deadline will not be accepted. The due date/time for receipt of quotes may be extended if found to be in the best interest of the government. See QUOTE TEMPLATE (Attachment #2) to this notice. Use of any other quote format will not be accepted. Pricing is to be rounded to two decimal places. Pricing will automatically calculate based upon the input of pricing. Do not alter or change calculation formulas in column ""F"" of the pricing template. Only fill in cells highlighted yellow. Place of Performance: 911th MXS, Pittsburgh Air Reserve Base, Coraopolis, PA 15108 Period of Performance: Base period of 12 months and 4 option year periods of 12 months each with one optional extension of up to 6-months IAW FAR 52.217-8, Option to Extend Services. __________________________________________________________________________ ADDENDUM TO FAR 52.212-1 - INSTRUCTIONS TO OFFERORS-INFORMATION THAT MUST BE SUBMITTED WITH QUOTATIONS Quotes shall include the following: 1. Pricing for CLIN 0001 (use Attachment 2 - QUOTE TEMPLATE). Round to two decimal places. Pricing will automatically calculate based upon input of unit pricing. Do not alter or change the pricing template. Only fill in cells highlighted yellow. 2. Technical Approach (see below) PART I - PRICE Complete price schedule using attached Quote Template (Attachment #2). Unit prices must be rounded to two decimal places. Pricing will automatically calculate based upon input of unit pricing. Pricing for all CLINs must be submitted for the quote to be responsive. Only fill in Excel cells highlighted yellow. PART II - TECHNICAL APPROACH To confirm technically acceptability, the Offeror shall provide a technical approach to perform tasks specified in the attached Performance Work Statement (See Attachment 1). Legibility, clarity, and coherence are very important. The narrative should include as specifically as possible, the actual methodology that will be used for accomplishing and satisfying the Statement of Work (SOW) stated requirement(s). The Offeror shall assume that the Government has no prior knowledge of its capabilities, facilities, and experience, thus the Technical Approach will be solely based on the information presented in the Offeror's Technical Capability Narrative. Addendum to FAR 52.212-2 -- Evaluation -- Commercial Products and Commercial Services 1. Evaluation: 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. Per FAR 13.106-1(a)(2), the Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: TECHNICAL ACCEPTABILITY PRICE BASIS FOR AWARD: In accordance with FAR 13.106-1(a)(2) offerors are notified that the award will be made to the lowest price offeror that meets the technical requirements contained within the SOW. It is the Government�s intent to evaluate quotes and award a purchase order without interchanges with Offerors. Therefore, the Offeror's initial quote should contain the Offeror's best terms from a price, and technical standpoint. However, the Government reserves the right to conduct interchanges if the Contracting Officer later determines them to be necessary. 52.212-2, Evaluation. 1. Technical Evaluation. The lowest priced quote received will be evaluated for technical acceptance. If the lowest quote is accepted by the government, no further quotes will be evaluated. If the lowest quote received is not technically accepted by the government, the next lowest priced quote received will be technically evaluated and so on until the lowest price received and accepted by the government is confirmed. An award notice will be posted to sam.gov. To confirm the capability, and therefore, acceptability, of the Offeror to meet the Government�s requirements as outlined in SOW (Attachment #1), the Offeror shall submit with their quote, a clear, and concise Technical Capability Narrative that includes sufficient detail to substantiate the validity of the Offeror�s stated claim(s) that they are able to meet the requirement. The narrative shall not simply rephrase, reiterate, or restate the Government's own language, but rather shall provide convincing rationale describing how the Offeror intends to fulfill the requirement. Legibility, clarity, and coherence are very important. The narrative should include as specifically as possible, the actual methodology that will be used for accomplishing and satisfying the requirements stated in the SOW. 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. The Offeror�s Technical Capability Narrative must, at a minimum, address how the Offeror intends to meet the requirements of the SOW. To be considered technically acceptable, an Offeror shall provide past performance on two similar contracts within the past 5 years for work similar in scope to the Statement of Work (Attachment #1). Technical Evaluation Ratings: Rating: Description: Acceptable 1. Submission clearly demonstrates technical capability to perform services defined in the SOW. Unacceptable 1. Submission does not clearly demonstrate technical capability to perform services outlined in the SOW. 2 �Price Quote Evaluation For price acceptance, all CLINs must have unit prices entered on Attachment #2 - Quote Template. Options. Per FAR 52.217-5, �Evaluation of Options�, 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 may determine a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options The Government intends to award a single purchase order in response to the RFQ. The Government reserves the right not to award a contract depending on the quality of the quotes submitted. Clarifications conducted to resolve minor or clerical errors will not constitute discussions and the Contracting Officer reserves the right to award a contract without the opportunity for a quote revision. The Government intends to award a contract without discussions (while keeping with FAR Part 12 and 13). The Government, however, reserves the right to conduct discussions if deemed in its best interest. The Government reserves the right to make an award to one quoter or to make no award at all. Under FAR part 13, a vendor who submitted a quote but did not receive the award may request a brief explanation of the basis for award decision. The request must be submitted to the Contracting Officer within three days of award notice in sam.gov. __________________________________________________________________________ NOTE: Interested Offerors must be registered in the System for Award Management (SAM) database. Contractors can register via the SAM Internet site at https://www.sam.gov/. Interested Offerors are required to submit their representations and certifications online using the SAM database. Foreign owned companies are not allowed to participate in this solicitation. Method of submission: Quotes shall be emailed to Crystal Spurlin at crystal.spurlin@us.af.mil All quotes shall include a point of contact, name and phone number, CAGE Code, business size under NAICS Code 811310, and payment terms. No late submissions will be accepted. Quote packages with incomplete information may not receive additional consideration. Point of contact for this solicitation is: Crystal Spurlin Crystal.spurlin@us.af.mil FAR CLAUSES AND PROVISIONS 52.204-7, System for Award Maintenance 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018) 52.204-13, SAM Maintenance 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.204-26, Covered Telecommunications Equipment or Services-Representation 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) 52.209-6, Protecting the Government�s Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1, Instructions to Offerors - Commercial Items 52.212-3 Alt I Offeror Representations and Certifications � Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items as follows: - 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) - 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities (Dec 2023) -52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) - 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). - 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) - 52.233-3, Protest After Award (Aug 1996) - 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.219-3, Notice of HUBZone Set-Aside or Sole Source Award 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post-Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-50, Combating Trafficking in Persons 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services�Requirements� 52.222-55, Minimum Wages Under Executive Order 13658 52.222-62, Paid Sick Leave Under Executive Order 13706 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities Relating to Iran � Representations and Certifications 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33, Payment by Electronic Funds Transfer--System for Award Management 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management 52.232-36, Payment by third party 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.243-1 Alternate I, Changes Fixed Price 52.247-34, F.O.B-Destination 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses DFARS CLAUSES AND PROVISIONS 252.201-7000, Contracting Officer�s Representative 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003. Control of Government Personnel Work Product 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.204-7016, Covered Defense Telecommunications Equipment or Services�Representation 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7019. Notice of NIST SP 800-171 DoD Assessment Requirements 252.204-7024, Notice on the Use of the Supplier Performance Risk System 252.225-7001, Buy American Act & Balance of Payments Program 252.225-7012, Preference for Certain Domestic Commodities 252.225-7036, Buy American Act, Free Trade Agreements, Balance of Payments Program 252.225-7048, Export Controlled Items 252.232-7003, Electronic Submission of Payment Requests and receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items DAFFARS CLAUSES 5352.201-9101, Ombudsman Attachments #1 � Statement of Work #2 � Quote Template #3- Wage Determination
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1928bf674e294910aa331f41148c66b6/view)
 
Place of Performance
Address: PA 15108, USA
Zip Code: 15108
Country: USA
 
Record
SN07507755-F 20250716/250714230045 (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.