DEPT OF THE AIR FORCE USA Tender
DEPT OF THE AIR FORCE USA Tender
Costs
Description
Combined Synopsis/solicitation solicitation Number: Fa461325q1012 purchase Description: Crane Inspection Services Idiq this Is A Combined Synopsis/solicitation Notice For Commercial Services Prepared In Accordance With The Format In Far 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation/notice; Responses/quotes Are Being Requested, Further Written Solicitation Will Not Be Issued. This Solicitation Will Be Posted To Sam.gov Under Full And Open Competition. the 90th Contracting Squadron Is Issuing This Combined Synopsis/solicitation, Fa461325q1012, As A Request For Quote Using Far Part 12, Acquisition Of Commercial Item, & Far Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (naics) Code For This Procurement Is 811310, Commercial And Industrial Machinery And Equipment (except Automotive And Electronic) Repair And Maintenance, With A Small Business Standard Of $12.5m. the Government Intends To Award A Firm Fixed-price, Indefinite Delivery, Indefinite Quantity, Commercial Contract With An Initial Task Order For The Minimum Quantity. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through The Federal Acquisition Regulation (far) 2025-03 Effective 17 January 2025, Defense Federal Acquisition Regulation Supplement (dfars) Change 01/17/2025 Effective 17 January 2025, And Department Of The Air Force Federal Acquisition Regulation Supplement (daffars) Change 10/16/2024 Effective 16 October 2024. funds Are Not Presently Available For Performance Under This Contract Beyond To Be Determined For Each Separate Task Order. The Government’s Obligation For Performance Of This Contract Beyond That Date Is Contingent Upon The Availability Of Appropriated Funds From Which Payment For Contract Purposes Can Be Made. No Legal Liability On The Part Of The Government For Any Payment May Arise For Performance Under This Contract Beyond To Be Determined For Each Separate Task Order, Until Funds Are Made Available To The Contracting Officer For Performance And Until The Contractor Receives Notice Of Availability, To Be Confirmed In Writing By The Contracting Officer. interchanges. The Government Intends To Award Without Interchanges With Respective Vendors/quoters. The Government, However, Reserves The Right To Conduct Interchanges If Deemed In Its Best Interest. Under Appropriate Circumstances, Interchanges Can Be An Effective Method To Improve The Government's Evaluation Of Offerors' Quoted Approaches And May Reduce Acquisition Cycle Time. Interchanges May Be Written, Email, Phone Call, Etc., Or Any Method Which Would Accurately Capture The Contemporaneous Sharing Of Information Between The Government And The Offerors. Interchanges May Also Be Oral Conversations Between The Government And The Offerors. description Of Service: the Contractor Shall Provide All Management, Tools, Supplies, Equipment, And Labor Necessary To Perform National Crane 1400c Boom Inspection And Maintenance Services For F.e. Warren Air Force Base, Wyoming, In Accordance With All Applicable Federal, State, Local Laws And Regulations, Manufacturer’s Instructions, Air Force Technical Order 36c3-4-21-31 And This Performance Work Statement (pws). Service Includes Disassembly, Inspection, Extension Cable Replacement, And Reassembly To Fully Operational Capability. Government Will Be Transporting Boom Cranes To Vendor’s Location; Therefore, Location Must Be Within A 115-mile Radius Of F. E. Warren Afb. Work Must Be Performed At Vendors Location. The Contract Line Item Number (clin) Structure Lists All Elements Of Work For These Services, With Estimated Quantities And Matching Sheets For Outyear Pricing. All Work Performed Under This Contract Shall Be Incorporated Into The Attached Clin Structure. All Clins F.o.b. Origin. minimum: The Total Amount To Be Issued As First Task Order At Time Of Award. maximum: The Total Amount Of All Cable Replacement Services As Modified Throughout The Contract Period, Limited Only To Contract Scope (currently Estimated To Be $870,000.00). the Attached Contract Line Item Number (clin) Structure Includes Work To Be Performed On 10 Cranes With The Option Of 15 Emergency Services (additional Calls Within The Option Year). Clins Should Cover The Entirety Of The Efforts Performed Iaw With The Performance Work Statement. All Work Performed Under This Contract Shall Be Incorporated Into The Attached Clin Structure. All Clins F.o.b. Origin. list Of Attachments: attachment 1 – Provisions And Clauses attachment 2 – Supplemental Provisions And Clauses attachment 3 – Response Form attachment 4 – Wage Determination attachment 5 – Mission Essential Plan attachment 6 – Task Order Proposal Request (topr) Instructions And Award Process attachment 7 – Performance Work Statement attachment 8 – Contract Line Item Number Structure attachment 8a – Task Order Proposal Pre-priced Clin Sheet period Of Performance: • Period Of Performance Is 1825 Calendar Days After Date Of Contract. • Once The Contract Is Awarded, An Initial Task Order Will Be Awarded For The First Crane Inspections And Additional Task Orders Will Be Awarded At The Government’s Discretion. • Any Contractor Concerns With The Details Of This Requirement Shall Be Submitted, Prior To The Quote Due Date, By E-mail To Sra Mauranda Racer (mauranda.racer@us.af.mil) And Mrs. Donna Doss (donna.doss.1@us.af.mil) And Shall Include A Detailed Explanation Of The Concern And A Proposed Solution. place Of Performance: F.o.b. Origin other Information: this Rfq Is Not Authorization To Begin Performance And In No Way Obligates The Government For Any Costs Incurred By The Contractor For This Requirement. The Government Reserves The Right Not To Award A Contract In Response To This Rfq. Prior To Commencement Of Any Activities Associated With Performance Of This Requirement, The Government Will Issue A Written Directive Or Contractual Document Signed By The Contracting Officer With Appropriate Consideration Established. per Far Subpart 4.1102, Offerors Are Required To Be Registered In System For Award Management (sam) At Time Of Submission Of Quote. Failure To Do So Will Result In The Offer Being Deemed Ineligible For Award. questions Due: questions Shall Be Received No Later Than Wednesday 26 February At 1000 Mst. Forward Responses By E-mail To Sra Mauranda Racer (mauranda.racer@us.af.mil) And Mrs. Donna Doss (donna.doss.1@us.af.mil). quotes: responses/quotes Must Be Received No Later Than Friday 07 March 2025 At 1000 Mst. Forward Responses By E-mail To Sra Mauranda Racer (mauranda.racer@us.af.mil) And Mrs. Donna Doss (donna.doss.1@us.af.mil). instructions To Offerors: offerors Are Advised To Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Commercial Services. offerors Shall Comply With Far 52.212-1 Instructions To Offerors – Commercial Products And Commercial Services (sep 2023) far 52.212-1 Is Hereby Tailored As Follows: 1. Any Inconsistency Between Far Provision 52.212-1 And The Addendum To Far 52.212-1 Shall Be Solved By Giving Precedence To The Addendum To Far 52.212-1. 2. After Receipt Of Quotes The Government May, With Or Without Notice, Negotiate With And, If Desired, Seek Quote Revisions From As Many Or As Few Quoters As It, In Its Discretion, Deems Appropriate. 3. The Term “offeror” Or “offer” As Used In Far 52.212-1 Shall Be Understood To Mean “quoter” And “quote,” Respectively. Further, The Term “award” Shall Be Understood To Describe The Government’s Issuance Of An Order. 4. The Government Will Consider All Quotes That Are Timely Received And Will Not Consider Late Quotes. Failure Of A Quote To Address Any Items Required In The Submission Package May Make A Quote Unacceptable. 5. Paragraph (b) Of Far Provision 52.212-1, Submission Of Offers, Is Amended As Follows: 5.1. In Addition To The Quote Submission Requirements Stated In Far Provision 52.212-1, Quoters Shall Provide The Following, As Part Of The Quote Submission Package, No Later Than The Required Time And Date For Quote Submission: 5.1.1. Cover Page Or A Completed Copy Of Attachment 3 – Response Form To Include The Offeror’s: 5.1.1.1. Company Name And Company Doing Business As (if Applicable) 5.1.1.2. Physical Address 5.1.1.3. Cage Code And/or Unique Entity Id 5.1.1.4. Point Of Contact 5.1.1.5. Phone Number 5.1.1.6. Email Address 5.1.1.7. Business Type 5.1.1.8. Statement That Your Company Fully Understands This Solicitation And Will Meet All The Requirements Specified In The Performance Work Statement. 5.1.1.9. Statement That Expresses The Intent To Subcontract. If Your Submission Is Over $750,000, A Subcontracting Plan Must Be Included In Your Submission. (if Applicable) 5.1.1.10. Offer Must Be No More Than Five (5) Pages And May Only Include The Vendor’s Name And Any Identifier On The First Page Or The Cover Page Of The Offer. 5.1.2. Price 5.1.2.1. Firm Fixed Pricing To Include: 5.1.2.1.1. Completed Contract Line Item Number (clin) Structure, To Include All Outyear Pricing Sheets, With A Price Per Unit And Total Price (based On Estimated Quantities) For Each Clin 5.1.2.1.2. Total Overall Price (for Each 365 Day Period) 5.1.2.1.3. Completed Task Order Proposal Pre-priced Clin Sheet For The Initial Task Order Proposed Quantities Using Proposed Price Per Unit (for First 365 Day Period) & The Total Overall Price For The Initial Task Order 5.1.2.1.4. Total Price For All Periods Excluding Initial Task Order 5.1.2.1.5. Discount Terms (if Applicable) 5.1.2.1.6. Quote Number (if Applicable) 5.1.2.1.7. Quote Valid Until Date 5.1.3. Technical 5.1.3.1. Location 5.1.3.1.1. Must Be Physically Located Within 115 Miles Of F.e. Warren Afb 5.1.3.2. Manitowoc Certification: 5.1.3.2.1. Offeror Must Show Proof Of Having Proper Certification To Perform Services On National Crane 1400c Booms Iaw The National Crane Repair Manual Or Air Force Technical Order (afto) 36c3-4-21-3. 5.1.3.2.2. Must Provide A Statement Of Understanding That Work Will Be Completed By A Manitowoc Authorized Vendor And Qualified/certified Technician Within The 115 Mile Radius Of F.e. Warren Afb. 5.1.3.3 Mission Essential Plan: Offeror Must Provide A Completed Copy Of Attachment 5 – Mission Essential Plan. evaluation: addendum To Far 52-212-2 Evaluation—commercial Items (nov 2021) paragraph (a) Is Hereby Replaced With The Following: the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror(s) Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government Representing The Best Value With Price And Other Factors Considered. Government Has Determined That Best Value Is Expected To Result From Selection Of The Technically Acceptable Offer With The Lowest Total Evaluated Price (tep); Therefore, Government Will Evaluate Offers Based On Lowest Price Technically Acceptable (lpta). Award Will Be Made On The Basis Of The Lowest Tep Of Offerors Meeting Or Exceeding The Acceptability Standards For Non-price Factors. Quotes That Do Not Include All Requested Information In Far 52.212-1 In 5.1.1 Will Be Considered Nonresponsive. The Following Factor(s) Shall Be Used To Evaluate Offers: 1. Price: 1.1. Government Will Rank Offers Received By Lowest Tep And Will Then Determine Technical Acceptability Of Each Offer. If The Government Receives Three (3) Offers Or Fewer, All Quotes Will Be Evaluated For Technical Acceptability. If The Government Receives More Than Three (3) Quotes, The Government Will Only Select The Three (3) Lowest Priced Offers To Evaluate For Technical Acceptability. If Any Of The Three Lowest Priced Offers Are Deemed Technically Unacceptable, The Government Reserves The Right To Evaluate Additional Offers For Technical Acceptability If It Is Determined To Be In The Government’s Best Interest. 1.2. Price Will Be Evaluated Using The Tep, Which Is Defined As The Combined Total Of The Base Period And Four Additional One-year Periods. A Price Is Reasonable If, In Its Nature And Amount, It Does Not Exceed That Which Would Be Incurred By A Prudent Person In The Conduct Of Competitive Business. The Government May Use Various Price Analysis Techniques And Procedures To Ensure A Fair And Reasonable Price. Some Of Those Techniques Are, But Not Limited To, Comparison Of Quoted Prices Received In Response To The Solicitation And/or Comparison Of Quoted Prices With The Independent Government Estimate. To Be Eligible For Award An Offeror’s Tep Must Be Determined Fair And Reasonable. 1.3. Unbalanced Pricing. Offerors Are Cautioned Against Submitting An Offer That Contains Unbalanced Pricing. Unbalanced Pricing May Increase Performance Risk And Could Result In Payment Of Unreasonably High Prices. Unbalanced Pricing Exists When, Despite An Acceptable Total Evaluated Price, The Price Of One (1) Or More Contract Line Items Is Significantly Over Or Understated. The Government Shall Analyze Offers To Determine Whether They Are Unbalanced With Respect To Separately Priced Line Items Or Sub-line Items. An Offer That Is Determined To Be Unbalanced May Be Rejected If The Contracting Officer Determines That The Lack Of Balance Poses An Unacceptable Risk To The Government. 1.4. Far 52.217-8, Option To Extend Services, Has Been Included. In Order To Evaluate The Price For This Extension, The Government Will Use One Half Of The Total Price Of The Third Year. 1.5. Pricing Must Meet The Requirements/specifications In Far 52.212-1 In 5.1.2. No Additional Information From The Offeror Will Be Required If The Price Is Based On Adequate Price Competition. in The Event Adequate Price Competition Does Not Exist, The Contracting Officer Will Obtain Information From The Offeror To The Extent Required To Determine The Reasonableness Of The Offered Prices. 2. Non-price Factor/technical Evaluation: 2.1. Location: 2.1.1. The Government Shall Evaluate Acceptable Physical Location Iaw 5.1.3.1. Location Will Receive A Rating Of Acceptable Or Unacceptable. 2.1.2. Manitowoc Certification 2.1.2.1. The Government Shall Evaluate Manitowoc Certification Iaw 5.1.3.2. This Will Receive A Rating Of Acceptable Or Unacceptable. 2.1.3. The Government Shall Evaluate Mission Essential Plan Iaw 5.1.3.3. Quotes That Do Not Include A Completed Copy Of Attachment 5 – Mission Essential Plan Will Be Considered Nonresponsive. (end Of Provision)
Contact
Tender Id
FA461325Q1012Tender No
FA461325Q1012Tender Authority
DEPT OF THE AIR FORCE USA ViewPurchaser Address
-Website
http://beta.sam.gov