Nevada Bids > Bid Detail

99 CES Fire Extinguisher Service

Agency:
Level of Government: Federal
Category:
  • 42 - Fire Fighting, Rescue, and Safety Equipment
Opps ID: NBD00159614979301892
Posted Date: Mar 4, 2024
Due Date: Mar 8, 2024
Source: https://sam.gov/opp/cdd65fe5cd...
Follow
99 CES Fire Extinguisher Service
Active
Contract Opportunity
Notice ID
FA486124R0010
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR COMBAT COMMAND
Office
FA4861 99 CONS LGC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Mar 04, 2024 12:15 pm PST
  • Original Published Date: Feb 09, 2024 12:57 pm PST
  • Updated Date Offers Due: Mar 08, 2024 10:00 am PST
  • Original Date Offers Due: Mar 01, 2024 10:00 am PST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 23, 2024
  • Original Inactive Date: Mar 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4210 - FIRE FIGHTING EQUIPMENT
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Nellis AFB , NV 89191
    USA
Description View Changes

***A Revised Price list has been added to clarify ambiguities in the initial proposal submissions. If still intrested in this requirement, please submit the revised price list by Friday, 8 March 2024 at 10:00AM PST. ***



***The Solicitation has been updated to add the Questions and Answers*****



This is a supplement to the SF1449 for a commercial item 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 Government intends to award a Blanket Purchase Agreement (BPA) from this solicitation.



For additional details regarding the BPA, please reference: ‘Attachment 1 - FA486124R0010 SF 1449 Solicitation.”



1. The solicitation number is FA486124R0010. This solicitation is issued as a Request for Proposal (RFP). A Firm Fixed Price type contract will be awarded.



2. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-04, effective 31 January 2024.



3. This combined synopsis/solicitation is being issued as a total Small Business set-aside, and the associated NAICS code is 811310 (Fire extinguisher repair and maintenance, without installation), Small Business Size Standard $12.5M.



4. Description of Services: The Contractor shall provide the 99th Civil Engineering Squadron (CES) with services for the annual, 6-year, 12-year inspection, maintenance, repair, testing, and halon recharging of 295 (each), 150-lb wheeled fire extinguishers on Nellis AFB.



For more information, please see:



“Attachment 2- PWS – 99 CES Fire Extinguisher Service”



Period of Performance: 1 April 2024 – 31 Mar 2029



Place of Performance: Nellis AFB, NV



FOB Point: Destination





All applicable provisions and clauses can be found in:



‘Attachment 1 - FA486124R0010 SF 1449 Solicitation.’





5. INSTRUCTIONS TO OFFERORS – Commercial Services – FAR 52.212-1 (Sep 2023)



REQUIREMENTS. All proposals shall include the following minimum information: Product Specifications, Cage Code, UEI, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. IAW FAR 52.204-7 and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the System for Award Management (SAM) database prior to contract award. Lack of SAM registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at http://www.sam.gov.com to register.





7. EVALUATION – Commercial Items – FAR 52.212-2 (Nov 2021)



The Government will award a BPA resulting from this solicitation to the responsible offeror whose offer is the lowest price, technically acceptable. This is an “all or none” requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated.



The following factors shall be used to evaluate offers:



Factor 1 – Technical



Factor 2 – Price





Factor 1 – Technical. Contractor’s proposal demonstrates their ability to perform the services in accordance with the attached Performance Work Statement:



ATTACHMENT 2 – PWS –99 CES Fire Extinguisher Service



Offers will be evaluated for technical acceptability. To be considered technically acceptable an offeror shall meet all requirements as outlined in the PWS and:



Provide proof of an active license of Fire Protection Licensing, in any state, with:



(1) License Type (A-Portable Fire Extinguishers with low- and high-pressure hydrostatic testing)



(2) License #



(3) License Status



(4) Renewal Date





Technical Acceptable/Unacceptable Ratings



Rating Description



Acceptable




  • Demonstrated ability to perform the service IAW the PWS, AND Provided proof of active Fire Protection Licensing, as outlined in this solicitation and 4.1 of the PWS.



Unacceptable




  • Offeror did not provide all necessary information.





Factor 2 - Price. The Government will conduct a price evaluation of all offers, receiving (1) an Acceptable Rating for Factor 1- Technical. The Government will utilize an Abstract of Offers by arranging offers from Lowest price to Highest price. The Government will begin the evaluations with the lowest priced offer. Once a lowest priced, technically acceptable offer is identified, evaluations will cease. The Government will evaluate an offer by the total price of Attachment 3 – Price List. An offer is not complete unless all columns have been completed. Submitted prices shall not be submitted using (2) digits beyond the decimal point. Price per Lot is required in column E which will calculate the total price for each item. Estimated quantities provided will establish the total cost for the year and will calculate at the bottom.



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.



5. QUESTIONS AND ANSWERS:



All questions must be submitted via email to Lisa Hallberg at lisa.hallberg.1@us.af.mil. The deadline for submitting questions is Tuesday, 20 February 2024 at 10:00 AM PST. Questions submitted after the aforementioned cutoff date and time will not be reviewed or answered. The answers will be provided by Thursday, 22 February 2024 at 2:00 PM PST. All responses to questions will be posted to SAM.gov for viewing.



8. Proposals are due no later than Friday, 1 March 2024 at 10:00am PST. Only offers submitted electronically, via email, will be considered for this requirement. Submit offers to Lisa Hallberg at lisa.hallberg.1@us.af.mil. Please include the solicitation number, FA486124R0010, in the Subject Line of the email to ensure prompt receipt of your proposal.





DELIVERABLES: At a minimum, Offerors shall provide the following with their proposal:




  1. Capability Statement

  2. Attachment 1 – FA486124R0010 SF 1449 Solicitation (signed)

  3. Attachment 3 – Price List (completed)

  4. Proof of Fire Protection Licensing



Offers that do not include a complete proposal will be deemed unresponsive and not considered.





Attachment 1- FA486124R0010 SF 1449 Solicitation



Attachment 2- PWS – 99 CES Fire Extinguisher Service



Attachment 3- Price List



Attachment 4 - Wage Determination 15-5593 R24


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • ADMINISTRATIVE ONLY NO REQUISITIONS 5865 SWAAB BLVD
  • NELLIS AFB , NV 89191-7063
  • 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 >