BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Renovation of a water / sewer project in DM AFB, Arizona. Completed plans call for the renovation of a water / sewer project.

Award Details Contract Award Date: Jul 13, 2023 Contract Award Number: FA487723P0098 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: G7G3N4V8EMA4 Contractor Awarded Name: ALL AMERICAN EQUIPMENT Contractor Awarded Address: Monroeville, PA 15146 USA Base and All Options Value (Total Contract Value): $98,000.00 COMBO SYNOPSIS - SOLICITATION Industrial Wastewater Treatment Plant Filter Press Procurement, Removal and Installation Services (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. (ii) Solicitation FA4877-23-Q-A268 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 2023-03 effective 05/26/2023. The DFARS provisions and clauses are those in effect to DPN 04/27/2023 effective 04/27/2023. The AFFARS provisions and clauses are those in effect to AFAC 05/08/2023 effective 05/08/2023. The Wage Determination 2015-5473 Revision #19 Dated 12/27/2022 will be incorporated into the final contract award. (iv) The associated North American Industrial Classification System (NAICS) code for this procurement is 333988 with a small business size standard of 700 EMP. This requirement is issued as a 100% small business set-aside. (v) The contractor shall provide all tools, equipment, transportation, personnel, labor, supervision, and management to procure, remove and install (1) Brand name or EQUAL Filter Press for AMARG Industrial Wastewater Pre-Treatment Plant, Building (BLDG.) 83106, located on the Aerospace Maintenance and Regeneration Group (AMARG) complex at Davis-Monthan Air Force Base (DMAFB), AZ in accordance with the attached Performance Work Statement (PWS). (vi) The government intends to award a firm-fixed price contract for Brand Name or EQUAL 630mm (24") Type HCP-III Sperry "E" Filter Press AND associated support services as outlined in Attachment 1 - CLIN Pricing Schedule, Attachment 2 - Salient Characterisitcs and Attachment 3 - Statement of Work. (vii) Requested services shall be performed on-site at the 309 AMARG complex. All services must be coordinated with the designated AMARG point of contact. (viii) The proposed contract action will be fixed-firm price. (ix) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Mar 2023) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda: 1. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The pricing proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Technical Acceptability, at a minimum, is defined as providing procurement of a Brand Name or Equal Filter Press and the ability provide removal and installation services of said newly procured/provided Filter Press. An EQUAL product must meet the exact specifications outlined in the attached Salient Characteristics in order to match the current plumbing configuration. The Government intends to evaluate offers and award without discussion, but reserves the right to conduct discussions. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. 3. System for Award Management Registration. (a) Definitions. As used in this provision-- "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional System for Award Management records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the System for Award Management (SAM) database" means that-- (1) The Offeror has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14), into the SAM database; and (2) The offeror has completed the Core, Assertions, and Representations and Certification, and Points of contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. (4) The Government has marked the record "Active". (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the SAM database. (c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number-- (i) Via the internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business name. (ii) Trade style, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) Offerors may obtain information on registration at https://www.acquisition.gov. (x)FAR 52.212-2 Evaluation -- Commercial Items (Nov 2021) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda: (a) 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: (i) Price; (ii) Technical capability of providing Brand Name or EQUAL Filter Press and associated removal and installation services which meets OEM specifications. This will be a lowest price technically acceptable purchase. The lowest priced offer will be evaluated for technical acceptability. If found technically acceptable award will be made without further consideration. If found technically unacceptable the Government will evaluate the next lowest offer for technical acceptability until award can be made to the lowest priced technically acceptable offeror. Past Performance will not be evaluated. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (xi)Each offeror shall include a completed copy of the provision at FAR 52.212-3 and Alternate I, Offeror Representations and Certifications--Commercial Items (Dec 2022); or confirmation of registration in www.sam.gov with access to complete Reps & Certs. (xii)The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Dec 2022), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xiii)The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Mar 2023), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xiv)52.252-1 -- Solicitation Provisions Incorporated by Reference. Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.acquisition.gov **See COMBO Attachment for associated clauses.** (xv)An optional site-visit will be held on Wednesday, 7 June 2023 at 1300, Arizona Local Time. Interested parties whom would like to attend MUST notify the Points of Contact no later than (NLT) Tuesday, 6 June 2023 by NOON to confirm attendance. Site visit attendees shall meet at the Davis- Monthan Air Force Base Visitor's Center outside of the Craycroft Road gate at no later than 1245 in a non-commercial vehicle. (xvii)Site Visit Procedures. In order to gain access to the installation, all site visit attendees must bring current driver's license identification, current vehicle registration, current vehicle insurance, and personal social security number. Failure to meet or provide any of the items above shall result in the denial of installation access and reschedule requests shall be denied. (xviii) NOTICE TO ALL INTERESTED PARTIES: Any questions shall be submitted by Friday, 9 June 2023 at 10:00AM Pacific Standard Time to: 355th Contracting Squadron/PK- AMARG, Attn: Patricia Murray and Rachelle Jenkins, via e-mail: patricia.murray.6@us.af.mil rachelle.jenkins.3@us.af.mil . An amendment will be issued providing the Government's answers to all questions received. Quotes are due no later than NOON Pacific Standard Time on Wednesday, 14 June 2023; quotes shall include the following: a. Part 1- Technical Acceptability - Submit one (1) copy of technical capability narrative, limit to 10 pages. b. Part 2- Price - Submit one (1) copy of price schedule, limited to 10 pages. c. Part 3- Representations And Certifications (Reps/Certs) - Submit IAW para (x) above BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable offer. (i)Quotations shall be submitted via email to Patricia Murray patricia.murray.6@us.af.mil and Rachelle Jenkins rachelle.jenkins.3@us.af.mil For information regarding this solicitation, contact Rachelle Jenkins at (520) 228-3598. CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTS Atch #: Item Description: Page(s): 1 CLIN Pricing Schedule 1 2 Salient Characteristics 2 3 SOW - Removal and Installation of a Filter Press 2 4 Industrial Wastewater Treatment Plant 6 5 Wage Determination 14

Award

Water / Sewer

$98,000.00

Public - Federal

Renovation

Our team is requesting plans for this project.

Subscribe For Documents

4 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
40
Active Projects
10
Bidding Soon
445
All Active Projects
161
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Unlock Winning Bids!

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

June 14, 2023

July 14, 2023

img_map_placeholder

To Be Determined, DM AFB, AZ


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.