Nevada Bids > Bid Detail

Request for Quote - Equipment Maintenance at Nellis AFB

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159198084804253
Posted Date: Oct 13, 2023
Due Date: Oct 16, 2023
Source: https://sam.gov/opp/c6108e51cc...
Follow
Request for Quote - Equipment Maintenance at Nellis AFB
Active
Contract Opportunity
Notice ID
FA930224Q0001
Related Notice
F1S0AX3138A001
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE TEST CENTER
Office
FA9302 AFTC PZZ
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Oct 13, 2023 10:06 am PDT
  • Original Published Date: Oct 10, 2023 09:03 am PDT
  • Updated Date Offers Due: Oct 16, 2023 02:00 pm PDT
  • Original Date Offers Due: Oct 13, 2023 12:00 pm PDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Oct 15, 2023
  • Original Inactive Date: Oct 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J036 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    Nellis AFB , NV 89191
    USA
Description View Changes

This is a Combined Synopsis/Solicitation for the acquisition of annual and quarterly maintenance services for equipment located at Nellis Air Force Base. Please see attached Statement of Requirements and supporting SF 1449 (Containing all anticipated Clauses and Provisions) for details.





***Vendor must be local to Nellis Air Force Base in Nevada as they will be going on base several times a year to perform maintenance services***





(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The Simplified Acquisition Procedures (FAR 13) will be used for requirement.



(ii) Solicitation Number: FA930224Q0001 **Please provide the full solicitation number on all packages**



Interested parties who believe they can meet all the requirements for the services described in this synopsis are invited to submit, in writing, a complete quote.



Offerors may utilize the attached SF1449 to complete quote information in addition to a separate quote; ensuring the quote contains information and pricing for all contract line items (CLINs) included on the SF1449. 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 via email, 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 a Request for Quote (RFQ).



(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2023-05 and DFARS Change 08/17/2023 and DAFAC 2023-0707.



(iv) THIS REQUIREMENT WILL BE: Set Aside 100% to Small Businesses. The North American Industry Classification System (NAICS) number for this acquisition is 561210 “Facilities Support Services” with a size standard of $47,000,000.00



(v) Delivery: TBD



(vi) The provision at FAR 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services (Sep 2023), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/.



Offerors shall prepare their quotations in accordance with FAR 52.212-1. In addition, the following information shall be included:



PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE:



1. SAM UEI:



2. TIN Number:



3. CAGE Code:



4. Contractor Name:



5. Payment Terms (NET 30) or Discount:



6. Point of Contact Name and Phone Number:



7. Email address:



8. Warranty:



9. Date Offer Expires:



10. FOB Destination:



11. Estimated Delivery Lead Time:



12. Completed copy of FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items (Oct 2014) – or - notification that FAR 52.212-3 representations and certifications are available on SAM.gov



(ix) The provision at FAR 52.212-2, Evaluation—Commercial Products and Commercial 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 the Government, price and other factors considered.



The following factors shall be used to evaluate offers:



(i) Technical capability of the product offered to meet the Government requirement; (Your quote package MUST clearly show and demonstrate your company’s ability to meet the stated requirements outlined in the attachments. Failure to provide enough information will result in a determination of quote being unresponsive to the solicitation.)



(ii) Price



This award will be made using the lowest price technically acceptable evaluation methodology. To be found technically acceptable, the quote must demonstrate the contractor’s ability to provide the services as outlined in the Statement of Requirements. In addition, the Program Manager will evaluate quotes to determine technical acceptability. It is a pass/fail basis. If a quote fails, it will be determined to be not technically acceptable. Only one award will be made under this solicitation.



(x) Offerors shall include completed copies of applicable provisions, which are included in the SF1449. Offers will be considered incomplete if these are not included with the quote.



(xi) The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services (Dec 2022), applies to this acquisition.



(xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (Sep 2023), applies to this acquisition.



(xii) Additional Contract Requirement or Terms and Conditions: Please find a contemplated list of additional provisions/clauses in the attachments; the final list of clauses is dependent upon actual dollar value of the contract award and may change from those provided in the attachment. Full text for the clauses and provisions can be accessed via https://www.acquisition.gov/



(xiii) Defense Priorities and Allocation System (DPAS): N/A



(xiv) Quote Submission Information:



It is the government’s intent to award without discussions. Therefore, each initial quote should contain the offeror’s best terms from a price and technical standpoint. However, the government reserves the right to conduct discussions if the Contracting Officer (CO) determines that discussions are necessary.



Offers are due by 16 October 2023 at 2:00 PM, Pacific Daylight Time (PDT).



Offers must be sent via email to both Karla Vazquez (Karla_lizette.vazquez_montes@us.af.mil) AND Adam Confer (adam.confer.2@us.af.mil). No late submissions will be accepted.



(xv) For additional information regarding this solicitation contact:



Primary Point of Contact:



Karla Vazquez



Contract Specialist



Karla_lizette.vazquez_montes@us.af.mil



Secondary Point of Contact:



Adam Confer



Contracting Officer



Adam.confer.2@us.af.mil


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • CP 661 277 4503 5 SOUTH WOLFE AVE BLDG 2800
  • EDWARDS AFB , CA 93524-1185
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >