Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 17, 2025 SAM #8634
SOLICITATION NOTICE

34 -- Abrasive Waterjet

Notice Date
7/15/2025 1:07:55 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333517 — Machine Tool Manufacturing
 
Contracting Office
W7M6 USPFO ACTIVITY ILANG 126 SCOTT AFB IL 62225-5503 USA
 
ZIP Code
62225-5503
 
Solicitation Number
W50S7S25Q0008
 
Response Due
7/31/2025 11:00:00 AM
 
Archive Date
08/15/2025
 
Point of Contact
MSgt Jonathan Middleton, Phone: 6182225116, MSgt Benjamin James, Phone: 6182225112
 
E-Mail Address
jonathan.middleton.5@us.af.mil, benjamin.james.1@us.af.mil
(jonathan.middleton.5@us.af.mil, benjamin.james.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 1: Several changes have been made to the language below. Additionally, the due date date has been pushed back to 31 July 2025. 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 is being issued as a request for quotation (RFQ) and constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-04. This combined synopsis/solicitation is set-aside 100% for small business. North American Industrial Classification Standard 333517 applies to this solicitation; business size standard is 500 employees. The Contracting Officer reserves the right to award under a different NAICS if the company would qualify as a small business under the solicited NAICS. The following is needed: The 126th Air Refueling Wing has a requirement for an Abrasive Waterjet System, installation, and training to produce a turnkey setup. A turnkey setup constitutes the vendor providing, with the quote, a list of power requirements and other input requirements for the government to provide on the day of installation. In addition, the contractor hooking up all equipment with operation the same day. Minimum system requirements include: Accommodate material size up to 5' x 5' Computer interface with relevant software- no subscription should be required to operate machine. Operation should not be contingent on staying up to date. Cutting speed up to 500 IPM Any dimensions which exceed 11� in height will be disqualified The following equipment model is listed as an example product due to being previously identified by Air Force Metal Fabrication & Technologies Office Notification 22-003 to meet the intended function and capacity demands. This product is being listed to give potential offerors a clearer picture of what the 126 ARW is seeking in terms of technical scope. However, this is NOT a brand name requirement, and the listed brands/models will NOT be given priority in evaluations except as detailed in the technical evaluation procedures. MAXIEM 1515 JetMachining Center Catcher Tank 30 HP Pump Pump Tools Package Water Chiller Motorized Z-Axis MAXJET 5i Size 0.014 in. Diamond Nozzle Assembly with Mixing Tube Computer w/ Software Rapid Water Level Control Bulk Abrasive Delivery System Air & Water Pre-Filtration Kit FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS ACQUISITION. HOWEVER, THE 126th ARW HAS DETERMINED THIS TO BE A HIGH PRIORITY REQUIREMENT WITH A HIGH PROBABILITY THAT THE CONTRACT WILL NOT BE CANCELLED. NO CONTRACT AWARD WILL BE MADE UNTIL APPROPRIATED FUNDS ARE MADE AVAILABLE. Preparing and Submitting your Quote: Provide a quote sheet with firm pricing. Provide product literature, which will be used towards technical evaluation. The Government may request a demonstration or attempt to reach out to the manufacturer. A failure of the manufacturer to be responsive to government inquiries will result in a less favorable technical rating. Offerors must provide a maintenance outline which Demonstrates how the end user will order replacement parts or consumable parts Details any reoccurring required scheduled maintenance with milestones for operational hours This will be evaluated as part of technical rating of offeror's quote. Response is encouraged to include past performance information: other military, commercial, and civilian companies with whom you have done business. Offerors must submit product specifications along with pricing information. This information will be used towards technical evaluation factors. Offerors must provide county of origin for all items and estimated delivery dates. Preferred CLIN structure: CLIN0001: Abrasive Waterjet, 1 ea CLIN0002: Training, 1 job CLIN0003: Installation Services, 1 job All questions and quotes must be directed to 126 Contracting Officer via email at 126.arw.fal.msc.contracting@us.af.mil. Questions asked within 1 week of solicitation close will be answered at the discretion of the Contracting Officer. Please make quotes good through 30 September 2025, if possible. Emailed quotes are preferred. Late quotes may be rejected at the Contracting Officer�s discretion. The government reserves the right to have potential awardee make small changes to their quote before award. Place the solicitation number in the subject line of any email. Evaluation: The Government plans to award a contract resulting from this solicitation to the offer conforming to the solicitation which will be most advantageous to the Government. Quotes will be evaluated using price, technical, and past performance. Technical rating will be based on the submitted literature, military prior experience, technical ease of use, and low equipment footprint. A boost in technical rating will be given to quotes utilizing IntelliMax software due to familiarity and standardization across the Air Force (ref. Metal Fabrication & Technologies Notification: 22-003). Quotes for which the government is unable to determine country of origin for all items in their submission will result in a neutral rating in the technical evaluation. All solicitation specifications are not absolute and the 126 ARW will consider innovative solutions to this requirement. Quotes may be comparatively evaluated in compliance with FAR 13.106-2 (b) (3). Be sure to submit/attach enough additional information to enable the Government to fully ascertain the specifications/capabilities of any products quoted. The government will seek 3rd party consumer reviews of quoted items to determine technical ratings. GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. If not already registered in SAM, go to WWW.SAM.GOV to register prior to submitting quote. At the time of evaluation of your quote, your company must have an active status in SAM.gov. Electronic Documents: All electronic documents must NOT be �secured�, �locked�, or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB. Site Visit: No site visit is planned at this time, however, ad hoc Site Visit dates will be entertained based on availability and competition needs. Provision by reference: FAR 52.237-1 Site Visit (APR 1984) The selected Offeror must comply with the following Clauses, which are incorporated herein by reference: 52.204-18 Commercial and Government Entity Code Maintenance Aug 2020 52.204-19 Incorporation by Reference of Representations and Certifications. Dec 2014 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors� Jan 2025 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Nov 2015 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services Nov 2023 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services Jan 2025 52.219-28 Post-Award Small Business Program Representation Jan 2025 52.222-19 Child Labor -- Cooperation with Authorities and Remedies Jan 2025 52.222-36 Equal Opportunity for Workers with Disabilities Jun 2020 52.222-50 Combating Trafficking in Persons Nov 2021 52.223-5 Pollution Prevention and Right-to-Know Information May 2024 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons May 2024 52.225-13 Restrictions on Certain Foreign Purchases Feb 2021 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013 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 52.252-6 Authorized Deviations in Clauses Nov 2020 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Dec 2022 252.204-7003 Control of Government Personnel Work Product Apr 1992 252.204-7006 Billing Instructions May 2023 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications� Jan 2023 252.211-7003 Item Unique Identification and Valuation Jan 2023 252.223-7008 Prohibition of Hexavalent Chromium Jan 2023 252.225-7000 Buy American--Balance of Payments Program Certificate-- Basic Feb 2024 252.225-7002 Qualifying Country Sources as Subcontractors Mar 2022 252.225-7036 Buy American--Free Trade Agreements--Balance of Payments Program--Basic Feb 2024 252.225-7048 Export-Controlled Items Jun 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Dec 2018 252.232-7006 Wide Area Workflow Payment Instructions Jan 2023 252.232-7010 Levies on Contract Payments Dec 2006 252.243-7001 Pricing Of Contract Modifications Dec 1991 252.244-7000 Subcontracts for Commercial Products or Commercial Services. Nov 2023 252.247-7023 Transportation of Supplies by Sea. Oct 2024 Provisions 52.204-7 System for Award Management Nov 2024 52.204-16 Commercial and Government Entity Code Reporting Aug 2020 52.204-17 Ownership or Control of Offeror Aug 2020 52.204-20 Predecessor of Offeror Aug 2020 52.204-22 Alternative Line Item Proposal Jan 2017 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance� Nov 2021 52.204-26 Covered Telecommunications Equipment or Services-Representation. Oct 2020 52.207-4 Economic Purchase Quantity-Supplies Aug 1987 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law Feb 2016 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services--Alternate I Feb 2024 52.225-18 Place of Manufacture Aug 2018 252.203-7005 Representation Relating to Compensation of Former DoD Officials Sep 2022 Small Business Set-Aside 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law Feb 2016 52.219-6 Notice Of Total Small Business Set-Aside Nov 2020 52.219-28 Post-Award Small Business Program Representation Jan 2025 252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation Dec 2019 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation May 2021
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f5c0911dc69443a18ad257dd6ffb3c26/view)
 
Place of Performance
Address: Scott Air Force Base, IL 62225, USA
Zip Code: 62225
Country: USA
 
Record
SN07510078-F 20250717/250715230048 (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.