SOLICITATION NOTICE
B -- 482 BCE Pine Rocklands Restoration and Preservation
- Notice Date
- 7/25/2025 1:09:59 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- FA6648 482 LSS LGC HOMESTEAD AFB FL 33039-1299 USA
- ZIP Code
- 33039-1299
- Solicitation Number
- FA664825Q0013
- Response Due
- 8/25/2025 7:00:00 AM
- Archive Date
- 09/09/2025
- Point of Contact
- Amanda Mckaig, Phone: 7864157056
- E-Mail Address
-
amanda.mckaig@us.af.mil
(amanda.mckaig@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 products 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. The Simplified Acquisition Procedures (FAR 13) will be used for requirement. This announcement constitutes the only solicitation; offers are being requested and a written solicitation (paper copy) will not be issued. Further, Offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA664825Q0013 is issued as a request for quote (RFQ) This solicitation document and incorporated provisions and clauses for commercial products and commercial services are those in effect through Federal Acquisition Circular 2025-04, DPN 20250117 and DAFAC 2024-1016. THIS REQUIREMENT WILL BE: TOTAL SMALL BUSINESS SET-ASIDE. NAICS Code is 541380, size standard: $19M (dollars). CLIN Nomenclature is shown in Attachment 1 � Model Contract Description of items to be acquired- The Air Force Reserve Command (AFRC), Homestead Air Reserve Base (HARB), FL has a requirement for Pinerocklands Habitat Restoration and Preservation. Additional information is included in the attachments to this solicitation. A site visit for this service is deemed necessary and is scheduled for 13August 2025. Attendance of the site visit is STRONGLY encouraged. Site visits instructions will be sent via email to confirmed attendees. Interested offerors MUST RSVP not later than COB 8 August 2025. Interested offerors will receive a time slot and a map with directions to the site visit location. All interested offerors who wish to attend the site visit are required to register by emailing a completed base pass request (Attachment 4�Base Access Form) to Amanda McKaig at amanda.mckaig@us.af.mil not later than COB 8 August 2025. Should you desire to submit the form securely, please email a request for DoDSafe link to Amanda McKaig at amanda.mckaig@us.af.mil and a link for submission will be sent. DoDSafe submission of completed base pass request must be received by COB 8 August 2025, to ensure timely submission and processing of base access for the Site Visit. Late registration will not be allowed. There shall be no more than two (2) registered parties per contractor. On the date of the site visit please plan to arrive 30 minutes early to obtain visitors pass. Additional site visit details will be emailed to confirmed participants via email. **EVEN IF YOU CAN ACCESS THE BASE (i.e., retired military ID) YOU MUST CONFIRM ATTENDANCE WITH THE CONTRACTING OFFICE. Please prepare and submit as many questions as possible in advance of attendance to the site visit, as this will aid the Government in developing responses. The Government will summarize the questions and answers (Q&A) provided before and during the site visit and post the Q&A summary to sam.gov by COB 14 August 2025. Requests for Information (RFIs) will be accepted at any time during the proposal preparation period; however, a HARD DEADLINE for receipt of RFIs has been scheduled for 12 August 2025 at 5:00 PM EST. Questions received after this time will not be answered. 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 (with a CAGE Code), you cannot receive an award. The provision at 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. Provisions and clauses can be viewed via internet at 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. SPECIAL INSTRUCTIONS: ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included: Offerors shall submit quotes via email, to Amanda McKaig at amanda.mckaig@us.af.mil. Please note the maximum file size is 20MB. Emails over this file size will not be received. If your quote package is larger than 20MB you will need to submit using DoDSAFE procedures. To request a DoDSAFE link be sent to you please email the CO at least 2 business days prior to closing of the solicitation to request a link be sent to you. Email Format: The subject line of all emails that comprise the proposal shall be formatted as follows: Subject: FA664825Q0013/Company Name/Email X of X (insert number of the email and total number of emails) PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: UEI: CAGE Code: Contractor Name: Payment Terms (net30) or Discount: Point of Contact and Phone Number: Email address: Warranty: Technical Capability Information: The provision at 52.212-2, Evaluation - Commercial Items applies to this acquisition. Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR part 13.106. The evaluation criteria is LOWEST PRICE TECHNICALLY ACCEPTABLE. ADDENDUM to 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, price and other factors considered. This is a lowest price technically acceptable RFQ. The following factors shall be used to evaluate offers: Price Technical capability of the service offered to meet the Government requirement. Past performance (b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which also fully meets all specifications. Only the lowest priced proposal will be evaluated for technical and past performance on a pass/fail basis (based on FAPIIS exclusions). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). (c) A written notice of award or acceptance of an offer mailed 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 shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items, with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. It is the Offeror�s responsibility to be familiar with 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 Attachment 1 � Model Contract. Additional Contract Requirement or Terms and Conditions: N/A Defense Priorities and Allocation System (DPAS): N/A Proposal Submission Information: Offers are due by 25 August 2025 at 10:00 AM Eastern Standard Time (EST) via electronic mail. For additional information regarding this solicitation contact: Amanda McKaig at amanda.mckaig@us.af.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f8952b51b5bc4e94b1d71edf59cf21a9/view)
- Place of Performance
- Address: Homestead, FL 33039, USA
- Zip Code: 33039
- Country: USA
- Zip Code: 33039
- Record
- SN07524431-F 20250727/250725230046 (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 |