BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Homestead Air Force Base, Florida. Contact the soliciting agency for additional information.

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation (paper copy) will not be issued. Further, Offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA6648-23-Q-0040 is issued as a request for quotation (RFQ). Please provide the full solicitation number on all packages* 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. This solicitation document and incorporated provisions and clauses for commercial products and commercial services are those in effect through Federal Acquisition Circular (FAC) 2023-04, Electronic Code of Federal Regulation (eCFR) https://gov.ecfr.io/cgi-bin/ECFRl, and Department of the Air Force Federal Acquisition Regulation Supplement (DAFAC) 2023-0707. This procurement is being issued as a 100% Women Owned Small Business Set Aside under NAICS code 562910 - Remediation Services with a size standard of $25 million dollars. Homestead Air Reserve Base, Homestead, FL, has a requirement for Indoor Firing Range Cleaning and Lead Abatement Services. The Contractor, on a firm fixed price basis, shall provide all labor, tools, transportation, material, equipment, and supervision necessary to perform firing range cleaning and lead abatement services at Homestead Air Reserve Base (HARB), Florida. All work shall be completed in accordance with the Indoor Firing Range Hazardous Waste Cleaning and Lead Abatement Services Performance Work Statement (PWS) dated 1 June 2023 (Attachment 2). The anticipated period of performance (PoP) shall consist of a base year plus four (4) option years. The anticipated performance periods for the base year and options are as follows: Base Year 1 September 2023 - 31 August 2024 Option Year 1 1 September 2024 - 31 August 2025 Option Year 2 1 September 2025 - 31 August 2026 Option Year 3 1 September 2026 - 31 August 2027 Option Year 4 1 September 2027 - 31 August 2028 CLIN Structure: CLIN# Description Unit of Measure CLIN X001 - Quarterly Firing Range Cleaning tasks identified as "quarterly" in 4 each Appendix B "Frequency Standard" of the PWS. All tasks to be accomplished in accordance with the requirements of the Performance Work Statement dated 1 June 2023. CLIN X002 - Inspect, clean, remove, and replace two (2) 55-gallon drums. Inspect, 1 each Clean gasket for barrel monitoring system as indicated in Appendix B "Frequency Standard" of the PWS. All tasks to be accomplished in accordance with the requirements of the Performance Work Statement dated 1 June 2023. CLIN X003 - Replace FAU High Efficiency Particulate Air Filter (HEPA) filter 1 each efficiency: MERV 17-99.99% as indicated in Appendix B "Frequency Standard" of the PWS. All tasks to be accomplished in accordance with the requirements of the Performance Work Statement dated 1 June 2023. CLIN X004 - Replace Dust Collection System - Gold Cone X-Flo Cartridge Filter, Filter 1 each efficiency: MERV 15-99.99% on 5 um as indicated in Appendix B "Frequency Standard" of the PWS. All tasks to be accomplished in accordance with the requirements of the Performance Work Statement dated 1 June 2023. *Full CLIN breakdown per year can be found in Solicitation - FA664823Q0040 on pages 3 & 4 (Attachment 1). **CLINs X003 & X004 will be Option CLINs that can be exercised at any time during the applicable contract year should the monitoring system indicate a need for servicing ahead of normal bi-annual scheduled maintenance. Please review this solicitation in its entirety including all solicitation attachments provided herein and submit an offer for the requested services as outlined in the PWS (Attachment 2). Offerors shall submit their firm fixed-price quote using attached Solicitation - FA664823Q0040 on pages 3 & 4 (Attachment 1). Any questions generated from this solicitation must be submitted in writing to Sandy Guite (sandy.guite@us.af.mil) no later than 2:00 PM Eastern Standard Time (EST), 25 July 2023. When addressing questions concerning any aspect of the solicitation, state the page number, section, and paragraph that requires clarification. The Contracting Officer will provide clarification(s) through amendment(s) to the solicitation following receipt of any questions by the end of day on 27 July 2023 at 5:00 P.M. Any questions received after 2:00 PM on 25 July 2023 may or may not be answered. It is the Offeror's responsibility to be familiar with applicable provisions and clauses. See https://gov.ecfr.io and https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. Class deviations can be found at https://www.acq.osd.mil/dpap/dars/class_deviations.html. For your convenience all applicable provisions and clauses are included in the attached Solicitation - FA664823Q0040 (Attachment 1). Special Instructions. All offerors shall meet the requirements of the Request For Quote (RFQ) identified in 52.212-1 and 52.212-2 addenda's. Failure to do so will be at the Offeror's own risk. The Government shall not pay any Offeror for any cost or expenses associated with the preparation of their quote. The offeror must follow the instructions contained herein to assure timely and equitable evaluation of the offer. Offerors are required to be fully responsive to and consistent with all of the solicitation requirements using the attached Solicitation - FA664823Q0040 (Attachment 1). Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Email Format: The subject line of all emails that comprise the proposal shall be formatted as follows: Subject: FA6648-23-Q-0040/Company Name/Email X of X (insert number of the email and total number of emails) System for Award Management. In order for an Offeror to be considered for award, the Offeror must be registered in System for Management Award (SAM). Visit the SAM website at https://www.sam.gov for further information. If you are not registered, and active, you cannot receive an award. The provision at 52.212-1, Instructions to Offerors - Commercial Items (MAR 2023), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: Submission of offers. Electronic Submission of offers is required. Offers shall be submitted via email to the following: Sandy Guite, sandy.guite@us.af.mil not later than 2:00 PM, (EST) 3 Aug 2023. Offerors shall submit a clear and complete quote and include only information that is relevant to this notice. Offerors shall submit their firm fixed-price quote using the attached Solicitation - FA664823Q0040 (Attachment 1). In addition, the following Contractor information shall be included with your quote: SAM UEI Number: TIN Number: CAGE Code: Contractor Name: Payment Terms (NET 30) or Discount: Point of Contract and Phone Number: Email Address: Warranty (if applicable): (b)(8) Representations/Certifications: Utilizing the provision below (52.212-3 -- Offeror Representations and Certifications - Commercial Items) Offerors shall complete the necessary fill-ins, representations and certifications as set forth in the solicitation. (b)(9) Acknowledgement of Solicitation Amendments. The Government reserves the right to revise or amend the solicitation and attachments prior to the offer closing time. Such amendments will be issued electronically with an update to sam.gov. In such cases, the amendment will include an announcement of the new closing date and time (if applicable). The Offeror shall acknowledge all amendments issued including a section titled Acknowledgment of Amendments with their quote package and identifying the Amendment #, Date issued & initialing. (b)(11) Offerors shall identify and explain any exception, deviation, or assumption to the solicitation terms and conditions and provide accompanying rationale. Offerors are cautioned that it is not the Government's intent to incorporate the Offeror's proposal in the resulting award. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. Discrepancies. If an Offeror believes that the requirements in these instructions contain an error, omission, or are otherwise unsound, the Offeror shall immediately notify the Contracting Officer in writing with supporting rationale as well as the remedies the Offeror is asking the Contracting Officer to consider as related to the omission or error. The Offeror is reminded that the Government reserves the right to award this effort based on the initial proposal, as received, without discussion. Period for acceptance of offer: Offeror agrees to hold prices for 60 calendar days from proposal due date. Contract award. The Government intends to evaluate offers and award a firm fixed- price contract without discussions with Offerors. 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. The Government may reject any or all offers if such action is in the public interest and waive informalities and minor irregularities in offers received. The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services (Nov 2021) applies. Addenda to the following paragraphs of FAR 52.212-2 are: 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: Price: Award will be made to the lowest priced technically acceptable offeror. Technical: quote must be rated as technically acceptable to be eligible for award. (Your quote package MUST clearly show and demonstrate your company's ability to meet the stated requirements outlined in the performance work statement. Failure to provide enough information will result in a determination of quote being unresponsive to the solicitation.) Past Performance: Offerors shall submit at least two (2) recent and relevant past performance work within the last three (3) years along with their proposal. (Provide Contract Number, Agency of performed work, brief description of the contracted services, and Agency's Point of Contact (Email/Phone Number). In order to be found technically acceptable the quote must demonstrate the contractor's ability to provide the service as outlined in the Performance Work Statement (Attachment 2). The Program Manager will evaluate quotes to determine technical acceptability. It is a pass/fail basis. If a quote fails, it will be determined to be not technically acceptable. In order to be found acceptable for past performance, past performance information included with the quote package must demonstrate a reasonable expectation that the offeror will successfully perform the required effort or the offeror's performance records is unknown. If based on the offeror's performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort an unacceptable rating will be assigned. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror shall be determined unknown/neutral past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered acceptable. It is a pass/fail basis. If a quote fails, it will be determined to be unacceptable for past performance. Quotes will be reviewed in sequence with the lowest priced offer being evaluated first. All offers will be evaluated on their proposed Total Price (base year plus option years). If the initial lowest price is found to be technically acceptable and have acceptable past performance, award will be made to that vendor. Only one award will be made under this solicitation. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors shall use the attached Solicitation - FA664823Q0040 (Attachment 1) to submit pricing on a firm fixed-price basis. Offerors are required to complete the representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (DEC 2022) (included in Attachment 1) OR complete electronic annual representations and certifications at the System for Award Management https://www.sam.gov/SAM/. Offerors are required to complete the representations found in the provision 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) (included in Attachment 1). The clause at 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services (DEC 2022), applies to this acquisition. The clause at 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. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. All responsible small business organizations may submit a quote, which shall be considered. List of Attachments: Attachment 1 - Solicitation - FA664823Q0040 dated 20 July 2023 Attachment 2 - Indoor Firing Range Hazardous Waste Cleaning and Lead Abatement Services Performance Work Statement (PWS) dated 1 June 2023 Attachment 3 - Service Contract Act WD 2015-4543 (6-30-23)

Post-Bid

Military

Public - Federal

Service, Maintenance and Supply

We’ve obtained documents for this project and are currently processing them.

Subscribe For Documents

2 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
201
Active Projects
97
Bidding Soon
1,510
All Active Projects
654
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.

Find better bids. Win.

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.

August 3, 2023

September 4, 2023

img_map_placeholder

To Be Determined, Homestead Air Force Base, FL

Related To This Project


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.