Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2024 SAM #8206
SOLICITATION NOTICE

W -- Water Tender Services - 5-Year Blanket Purchase Agreement

Notice Date
5/14/2024 1:51:39 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
FA9302 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
FA930224Q0044
 
Response Due
5/18/2024 12:00:00 PM
 
Archive Date
05/25/2024
 
Point of Contact
Kimberly McGee, Phone: 6612777402, Adam Confer, Phone: 6612773932
 
E-Mail Address
kimberly.mcgee@us.af.mil, adam.confer.2@us.af.mil
(kimberly.mcgee@us.af.mil, adam.confer.2@us.af.mil)
 
Description
This is a Combined Synopsis/Solicitation for the establishment of a 5-Year Blanket Purchase Agreement (BPA) for Water Tender Services. Please see attached SF 1449 (Containing all anticipated Clauses and Provisions) for details. (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: FA930224Q0044 **Please provide the full solicitation number on all packages** This acquisition requires a�local contractor who can provide the following for Edwards AFB, CA. Period of Performance/Delivery: 1825 days. PLEASE REVIEW ATTACHED REQUIREMENTS DOCUMENT AND SF 1449 FOR FULL REQUIREMENT DETAILS AND ANTICIPATED CLAUSES. Description:� Water Tender Truck Services Support Services to be included:� Provide Water Tender Trucks and Drivers to support flight test at Edwards AFB. The following are the Water Tender Truck requirements to support Wet Runway Testing: Minimum of 4,000-gallon water tank capacity Provide water coverage over 5000�L by 60�W area Capable of spraying a 60� water pattern (Three trucks with 30� water spray capability is acceptable) Water sprayer should be capable of providing uniform water distribution. Roll and spray capability Please quote the per day price for all needed services. This includes water tower, trucks, drivers, and all other needed aspects. Please include a Year 1 price list that includes the per day price that is applicable for year one. Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote. Offerors may utilize the attached SF1449 to complete quote information or may submit a separate quote; ensuring the quote contains information and pricing for all supplies and services included on the SF1449 and Performance Work Statement. 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 2023-04 and DFARS Change 06/09/2023 and DAFAC 2023-0707. (iv) THIS REQUIREMENT WILL BE: Full and Open Competition. The North American Industry Classification System (NAICS) number for this acquisition is 532490 �Other Commercial and Industrial Machinery and Equipment Rental and Leasing� with a size standard of 40 Million dollars. (v) Period of Performance/Delivery: 1825 Days (vi) The provision at FAR 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services (Mar 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.� PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE: 1. SAM UEI 2. CAGE Code: 3. Contractor Name: 4. Payment Terms (net 30) or Discount: 5. POC Name, Phone Number, Email: 6. Warranty: 7. Date Offer Expires: 8. FOB Destination: 11: Estimated Delivery Lead Time:� 12. Competed copy of FAR 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items (Oct 2014) or notification that FAR 52.212-3 representation 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: ***Please read the evaluation criteria closely. If vendor does not provide a full response, it will be found unresponsive*** The solicitation provides that quotations will be evaluated using LPTA; via Best Value PPT. The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability factor contains two non-cost subfactors: (1) Ability to provide water tender trucks and needed personnel, (2) Experience � offers must submit at least two instances of the needed services or similar services. The agency will first rank quotations according to price, from lowest to highest, and will evaluate the lowest-priced quotation as either technically acceptable or unacceptable, reserving the right to evaluate additional quotations for technical acceptability if deemed to be in the best interest of the government. Evaluation Factors: 1. Price 2. Technically Acceptability Technically Acceptable Subfactors: Ability to provide needed water tender trucks and required personnel - See attached Water Tender Performance Work Statement. 2. Experience - submit at least two instances of providing needed services or other relevant experiences. Experience, for those offers submitting at least three instances of providing the water tender services, will be considered for quality. Quality will be assigned ratings of satisfactory or unsatisfactory, offerors rated unsatisfactory will be found not technically acceptable for experience. The Government will award a Blanket Purchase Agreement resulting from the RFQ to the responsible offeror whose quote is responsive to the RFQ, and considered to be the Best Value based on LPTA. The lowest quote received will be evaluated first. Once a quote has been deemed technically acceptable the review process will go no further. Experience will be rated either Satisfactory or Unsatisfactory. Once a quote has received a technically acceptable rating and has a satisfactory rating the award will be made. Evaluations will be made in order from lowest price to highest price. (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 (Jun 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. Questions are due by 15 May 2024 at 12:00pm Pacific Daylight Time (PDT). Offers are due by 18th May 2024 at 12:00 PM, Pacific Daylight Time (PDT). No late submissions will be accepted. (xv) For additional information regarding this solicitation contact: Primary Point of Contact: Kimberly McGee, Contract Specialist, kimberly.mcgee@us.af.mil; Secondary Point of Contact: Adam R. Confer, Contracting Officer, adam.confer.2@us.af.mil.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1733cf0519744664957201c09c1d8acb/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN07063398-F 20240516/240514230044 (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.