Tender Results of Dept Of The Air Force Usa
DEPT OF THE AIR FORCE USA Tender Result
Result Stage: Awarded (AOC Available)
United States
Storage Area Network (san) And Tape Library Support Coverage
Contract Date12 Mar 2025
Contract AmountUSD 63.2 K
DEPT OF THE AIR FORCE USA Tender Result
Result Stage: Awarded (AOC Available)
United States
Fy25 Multiple Award Construction Contract (macc) Recompete
Contract Date12 Mar 2025
Contract AmountUSD 1.8 Billion
DEPT OF THE AIR FORCE USA Tender Result
Result Stage: Awarded (AOC Available)
United States
Resilience Center And Hawc Admin Services
Contract Date11 Mar 2025
Contract AmountUSD 410.8 K
DEPT OF THE AIR FORCE USA Tender Result
Result Stage: Awarded (AOC Available)
United States
Welcome Center Support Services
Contract Date10 Mar 2025
Contract AmountUSD 371.5 K
DEPT OF THE AIR FORCE USA Tender Result
Result Stage: Awarded (AOC Available)
United States
Customer Requires Replacement Of The Main Entrance Double-doors Of The Lundy Secure Auditorium In Building 1614. The Current Door Package Does Not Provide The Secure Enough Sound Transmission Class (stc) Rating And Need To Be Replaced In Order To Meet Stc 50+ In Accordance With The Requirements Of The Latest Icd-705 Technical Specifications. See Statement Of Work (sow) And Attachments For Additional Information.
Contract Date6 Mar 2025
Contract AmountUSD 16.2 K
DEPT OF THE AIR FORCE USA Tender Result
Result Stage: Awarded (AOC Available)
United States
Update As Of February 14, 2025: Amendment Notice
please Review The Changes Outlined Below:
the Offer Due Date Has Been Extended To 19 February 2025 (wednesday) At 10:00 Am Est.
frequently Asked Questions (faq) Revised 14 February 2025 - Document Attached.
site Photos Included With Faq.
important Note: Due To A Redefinition Of The Requirement, All Previously Submitted Quotes Are No Longer Valid And Will Not Be Considered. To Be Considered For This Requirement Moving Forward, New Quotes Must Be Resubmitted.
______________________________________________
general Statement:
this Is A Combined Synopsis/solicitation For Commercial Items Issued By The 23d Contracting Squadron, Moody Afb, Georgia. This Announcement Constitutes The Only Solicitation Being Issued For The Requirement Described Herein.
the Moody Afb Refrigerator And Freezer Combination Unit Located At 4251 George St, Bldg. 901, Moody Afb, Ga 31699 Requires Replacement. 23d Fss Requires Full Replacement Of The Current Refrigerator And Freezer Combination Unit. All Existing Equipment To Include Current Walk-in Box Unit And Condenser Units Require Replacement And Updated To Current Codes. The Removal And Disposal Of Old Unit And Condenser Units.
statement Of Work: Walk-in Refrigerator/freezer Unit Installation Project
introduction
the Purpose Of This Statement Of Work (sow) Is To Outline The Requirements For The Installation Of A Walk-in Refrigerator/freezer Unit At Moody Field Club. The Selected Contractor Shall Provide All Necessary Equipment, Labor, And Services To Complete The Project In Accordance With The Specifications And Requirements Outlined In This Document.
scope Of Work
the Contractor Shall Provide And Install A 2-compartment Walk-in Refrigerator And Freezer Unit With The Following Specifications:
size: 11'w X 29'l X 7'7"h
walk-in Cooler Refrigeration Unit: 115v/230v, 1ph
walk-in Freezer Refrigeration Unit: 230v/230v, 1ph
compartment Size Ratio: 2:1, With Two-thirds Of The Space Allocated To Refrigeration And One-third To Freezing
floor-integrated Installation
doors Hinged On The Right Side, Opening From The Left
the Contractor Shall Also Provide All Necessary Equipment And Supplies, Including:
shipping And Delivery Of All Items
installation Of All Components
demolition And Removal Of Existing Equipment
equipment Rentals Relevant To The Installation Process
system Start-up And On-site Training
sprinkler System Included/installed With Unit
salient Characteristics
the Walk-in Unit Shall Have The Following Salient Characteristics:
size Of Freezer: Minimum 11' To Maximum 12' Side To Side
floor-integrated Installation
doors Hinged On The Right Side, Opening From The Left
civil Engineering Requirements
the Contractor Shall Ensure Compliance With All Applicable Civil Engineering (ce) Regulations And Standards Throughout The Project Duration, Including Prior To And Following Project Completion, As A Condition Precedent To Payment. The Contractor Shall Restore Any Modifications Or Alterations Made To The Existing Building During The Project To Their Original Or Equivalent Condition Upon Completion.
specific Requirements
the Contractor Shall Ensure That The Fridge/freezer Units Are Properly Sealed And Reintegrated Into The Building's Infrastructure, Restoring Them To Their Original Condition, To Prevent Any Potential Damage Or Compromise To The Building's Structure Or Systems.
project Schedule
the Project Shall Be Completed By 30 April 2025.
warranty
the Contractor Shall Provide A Standard 1-year Warranty For All Equipment And Workmanship.
existing Conditions
existing Concrete Pad Shall Be Re-used For The Installation Of The New Unit.
temporary Removal And Reinstallation Of Satellite Dish
working Hours
the Contractor Shall Work Within The Following Hours:
monday To Friday: 8:00 Am To 5:00 Pm
saturday And Sunday: With Prior Approval From The Facility Manager, With Minimum 24 Hours' Notice In Writing.
submission Requirements
to Be Considered For This Project, The Contractor Shall Submit The Following Documents With Their Quote:
statement Of Work
technical Specification Of Unit (blueprint/drawing)
failure To Provide These Documents May Result In The Submission Being Excluded From Technical Evaluation And Consideration For This Requirement.
by Submitting A Quote For This Project, The Contractor Acknowledges That They Have Read, Understood, And Will Comply With All The Requirements Outlined In This Sow.
*expired* Site Visit: A Site Visit Will Be Held On Tuesday February 11 2025 At 2:00 Pm Est. While Attendance Is Not Mandatory, It Is Highly Recommended. Vendors Are Encouraged To Inspect The Site In Order To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance To The Extent That Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award. Please Arrive At The Moody Air Force Base Visitor's Center No Later Than 1:30 Pm Est For Check-in (required For All Contractors Prior To Entering The Base) To Ensure On Time Arrival For The Site Visit.
important Notice: Site Visit Attendance Protocol
please Be Advised That All Contractors Planning To Attend The Site Visit At Moody Afb Are Required To Notify Ssgt Alba Prior To Their Visit, Regardless Of Their Possession Of A Common Access Card (cac) Or Other Forms Of Identification That Grant Access To The Base. This Notification Is Mandatory To Ensure An Accurate Head Count Of Contractors Attending The Site Visit.
for Completing The Attached Base Pass Forms Please Put Your Business Name Next To The "prime Contractor" Spot (where Abcd Is Present). Replace The Name John Doe With The Full Name Of The Member Requesting Base Access For The Sitevisit, Include Date Of Birth (ssn Is Not To Be Added On The Form But May Be Needed For Check-in) And Company For All Additional Members That May Be Attending. When Complete,email The Base Pass To June.alba@us.af.mil No Later Than Cob Monday February 10, 2025 At 3 Pm Est.
see Base Map For Directions To The Meeting Point At Moody Afb.
notice To Offeror(s)/supplier(s): The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse An Offeror For Any Costs.
Contract Date6 Mar 2025
Contract AmountUSD 89 K
DEPT OF THE AIR FORCE USA Tender Result
Result Stage: Awarded (AOC Available)
United States
Vacuum Furnace And Polycold Chillers
Contract Date6 Mar 2025
Contract AmountUSD 2.4 Million
DEPT OF THE AIR FORCE USA Tender Result
Result Stage: Awarded (AOC Available)
United States
Background. The 420 Flts Squadron Is Soliciting A Small Business Set-aside, Request For Quote Or Rfq For The Selection Of Qualified And Capable Small Businesses To Purchase A Trailer (see Attached Salient Characteristics).
(i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared Iaw The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation For This Requirement; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued.
(ii) The Solicitation Number Is F1s0ad4345a003 And Is Issued As A Request For Quotation (rfq).
(iii) The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-03 Effective 17 Jan 2025, Dfars Publication Notice (dpn) 20241218 Effective 18 Dec 2024, And Air Force Acquisition Circular (dafac) 2024-1016, Effective 16 Oct 2024.
(iv) This Acquisition Allows For A Small Business Set-aside With An Associated Naics Code Of 336212 –truck Trailer Manufacturing Small Business Size Standard Of 1,000 Employees. The Associated Supply Code Is 2320-trucks And Truck Tractors, Wheeled.
(v) The Work Consists Of, But Is Not Limited To, The Purchase Of Trailer. (see Attached Salient Characteristics).
(vi) Description Of Items To Be Acquired:
trailer (see Attached Salient Characteristics)
(vii) The Government Place Of Performance Is 420 Flts 365 N. Flightline Rd., Edwards Afb, Ca 93524. All Services And Related Supply Requests Shall Be F.o.b. Destination-edwards Afb, Ca 93524.
(viii) The Provision At 52.212-1, Instructions To Offerors - Commercial Items, Applies To This Acquisition. Provisions And Clauses Can Be Viewed Through Internet Access At The Air Force Far Site, Acquisition.gov.
addendum To Far 52.212-1 Instructions To Offerors Commercial Items
offerors Shall Prepare Their Quotations Iaw Far 52.212-1, (note: Offerors May Submit Quotes Via Email, Please Note The Maximum File Size Is 10mb. Emails Over This File Size Will Not Be Received.) In Addition, The Following Information Shall Be Included:
1. Offeror Name
2. Address
3. Cage Code
4. Primary Naics.
5. Business Size And Socioeconomic Program (if Applicable) (i.e. Sdvosb, Etc.) Small
6. Payment Terms (net 30) Or Discount Net 30
7. Point Of Contact & Phone Number
8. Offeror Email Address.
9. A Spreadsheet The Breaks Down The Price Elements
10. Technical And Company Capability:
a. A Technical And Company Capability Narrative, Not To Exceed Ten (10) Pages, Demonstrating Firm’s Capabilities To Provide The Services And Full Extent Of Items As Outlined Within The Sow. The Narrative Shall Provide The Government With A Reasonable Assurance That The Firm Has The Relevant Capability Required To Meet Or Exceed The Requirement;
b. Brochures, Lists And Any Other Specific And Pertinent Information As Pertains To This Particular Area Of Procurement That Would Enhance Our Consideration And Evaluation Of The Information Submitted.
(ix) Far 52.212-2 Evaluation – Commercial Items, Is Applicable To This Rfq.
addendum To Far 52.212-2 Evaluation Commercial Items
the Solicitation Provides That Quotation Will Be Evaluated Using Lowest Price Technically Acceptable (lpta). The Award Will Be Made On The Basis Of The Lowest Evaluated Price Of Proposals Meeting Or Exceeding The Acceptability Standards For Technical Acceptability. This Factor Is The: (1) Ability To Provide The Trailer To Specifications Indicated In The Salient Characteristics List. 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. Technical Acceptability
the Government Will Award A Contract Resulting From The Rfq To The Responsible Offeror Whose Quote Is Responsive To The Rfq And Considered To Be The Lowest Price Technically Acceptable.
(x) Offerors Must Include With Their Quote A Completed Copy Of The Provision At Far 52.204-7 Together With Dfars 252.204-7004 Alternate A, System For Award Management And Far 52.212-3, Offeror Representations And Certifications—commercial Items With Alternate 1, With Their Quote, Unless This Information Has Been Submitted Electronically As Part Of Its Annual Representations And Certificates At Https://www.sam.gov.
(xi) The Clause At 52.212-4, Contract Terms And Conditions -- Commercial Items (dec 2022), Applies.
(xii) The Clause At Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Items (may 2024) Applies.
clauses And Provisions Incorporated By Reference
52.203-18 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements Or Statements-representation (jan 2017)
52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017)
52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020)
52.204-16 Commercial And Government Entity Code Reporting (aug 2020)
52.204-18 Commercial And Government Entity Code Maintenance (aug 2020)
52.209-6 Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (jan 2025)
52.212-4 Contract Terms And Conditions-commercial Items (nov 2023)
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive
orders-commercial Items (jan 2025)
52.219-6 Notice Of Total Small Business Set-aside (nov 2020)
52.219-28 Post Award Small Business Program Representation (jan 2025)
52.222-3 Convict Labor (june 2003)
52.222-19 Child Labor—cooperation With Authorities And Remedies (jan 2025)
52.222-21 Prohibition Of Segregated Facilities (apr 2015)
52.222-26 Equal Opportunity (sep 2016)
52.222-36 Equal Opportunity For Workers With Disabilities (jun 2020)
52.222-50 Combating Trafficking In Persons (nov 2021)
52.222-50 Alt I Combatting Trafficking In Persons (mar 2015)
52.225-3 Buy American—free Trade Agreements—israeli Trade Act (nov 2023)
52.225-13 Restrictions On Certain Foreign Purchases (feb 2021)
52.232-33 Payment By Electronic Funds Transfer-system For Award Management (oct 2018)
52.232-40 Providing Accelerated Payments To Small Business Subcontractors (mar 2023)
252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (sep 2011 )
252.203-7005 Representation Relating To Compensation Of Former Dod Officials (sep 2022)
252.203-7995 Prohibition On Contracting With Entities That Require Certain Internal Confidential Agreements (deviation 2017-o0001) (jan 2017)
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (oct 2016)
252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting (may 2024)
252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support (jan 2023)
252.211-7003 Item Identification And Valuation (jan 2023)
252.223-7008 Prohibition Of Hexavalent Chromium (jan 2023)
252.225-7000 Buy American Statute—balance Of Payments Program Certificate (feb 2024)
252.225-7001 Buy American And Balance Of Payments Program (feb 2024)
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)
252.244-7000 Subcontracts For Commercial Items (nov 2023)
252.246-7008 Sources Of Electronic Parts (jan 2023)
5352.201-9101 Ombudsman (jul 2023)
clauses And Provisions Incorporated By Full Text
252.203-7994 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements-representation. (class Deviation 2017-o0001) (nov 2016)
include The Following Provision In All Solicitations, Including Solicitations For The Acquisition Of Commercial Items Under Far Part 12, That Will Use Funds Made Available By The Continuing Appropriations Act, 2017 (pub. L. 114-223) Or Any Other Act That Extends To Fiscal Year 2017 Funds The Same Prohibitions As Contained In Section 743, Division E, Title Vii, Of The Consolidated Appropriations Act, 2016 (pub. L. 114-113). Section 103 Of The Continuing Appropriations Act, 2017 Subjects The Funding By That Act For Fy 2017 To The Same Conditions Set Forth In Section 743:
prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements-representation (deviation 2017-o0001)(nov 2016)
(a) In Accordance With Continuing Appropriations Act, 2017 (pub. L. 114-223), Or Any Other Act That Extends To Fiscal Year 2017 Funds The Same Prohibitions As Contained In Section 743, Division E, Title Vii, Of The Consolidated Appropriations Act, 2016 (pub. L. 114-113), None Of The Funds Appropriated (or Otherwise Made Available) By This Or Any Other Act May Be Used For A Contract With An Entity That Requires Employees Or Subcontractors Of Such Entity Seeking To Report Fraud, Waste, Or Abuse To Sign Internal Confidentiality Agreements Or Statements Prohibiting Or Otherwise Restricting Such Employees Or Contactors From Lawfully Reporting Such Waste, Fraud, Or Abuse To A Designated Investigative Or Law Enforcement Representative Of A Federal Department Or Agency Authorized To Receive Such Information.
(b) The Prohibition In Paragraph (a) Of This Provision Does Not Contravene Requirements Applicable To Standard Form 312, Form 4414, Or Any Other Form Issued By A Federal Department Or Agency Governing The Nondisclosure Of Classified Information.
(c) Representation. By Submission Of Its Offer, The Offeror Represents That It Does Not Require Employees Or Subcontractors Of Such Entity Seeking To Report Fraud, Waste, Or Abuse To Sign Or Comply With Internal Confidentiality Agreements Or Statements Prohibiting Or Otherwise Restricting Such Employees Or Contactors From Lawfully Reporting Such Waste, Fraud, Or Abuse To A Designated Investigative Or Law Enforcement Representative Of A Federal Department Or Agency Authorized To Receive Such Information.
(end Of Provision)
(xiii) This Acquisition Requires No Additional Contract Requirement(s) Or Terms And Conditions (such As Contract Financing Arrangements Or Warranty Requirements) Determined By The Contracting Officer To Be Necessary For This Acquisition And Consistent With Customary Commercial Practices. Commercial Interim And/or Advance Payments Will Not Be Made.
(xiv) Defense Priorities And Allocation System (dpas): N/a
(xv) Quotes Are Due No Later Than 1100 Pst On 30 Jan 2025.
(xvi) Quotes Shall Be Submitted Electronically To Denina.hudson@us.af.mil And Karla_lizette.vazquez_montes@us.af.mil.
the Offeror Agrees To Hold The Prices In Its Quote Firm For 30calendar Days From The Date Specified For Receipt Of Quotes.
proprietary Information And Trade Secrets, If Any, Must Be Clearly Marked On All Materials. All Information Received That Is Marked Proprietary Will Be Handled Accordingly. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned. All Government And Contractor Personal Reviewing Sources Sought Responses Will Have Signed Non-disclosure Agreements And Understand Their Responsibility For Proper Use And Protection From Unauthorized Disclosure Of Proprietary Information As Described 41 Usc 423. The Government Shall Not Be Held Liable For Any Damages Incurred If Proprietary Information Is Not Properly Identified.
any Information Provided Is Strictly Voluntary. The Government Will Not Pay For Information Submitted In Response To This Synopsis/solicitation.
attachment:
attch 1. Salient Characteristics
Contract Date5 Mar 2025
Contract AmountUSD 15.3 K
DEPT OF THE AIR FORCE USA Tender Result
Result Stage: Awarded (AOC Available)
United States
Usafa 10 Lrs Ground Services Bus Bpa
Contract Date5 Mar 2025
Contract AmountUSD 2.7 Million
DEPT OF THE AIR FORCE USA Tender Result
Result Stage: Awarded (AOC Available)
United States
Amendment 1 Dated 3 Feb 2025:
uploaded Attachements
combo Thinklogical (amendment 1) - Dated 3 Feb 2025
attachment 2 Provisions And Clauses (amendment 1) - Dated 3 February 2025
attachment Product List (amendment 1) - Dated 3 February 2025
responsed Due 7 February 2025
please See Attachments For Details
combo
attachment 1 Product List
attachment 2 Provisions And Clauses
Contract Date3 Mar 2025
Contract AmountUSD 63.6 K
41-50 of 626 active Tender Results