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 Edwards AFB, California. Contact the soliciting agency for additional information.

The purpose of this amendment is to extend this solicitation from 11/6/2023 to 11/9/2023 @ 4:00PM to allow for competition. 1. Updated Evaluation Sub Factors 2. Add Site Visit: November 1, 2023 @ 9:00 AM PST Please povide information for those attending site visit: 1. First/last name 2. Date of Birth (DOB) 3. Divers license # and State 4. Last 4 of SSN Please provide list of possible question before the site visit so we can be better prepared. Combined Synopsis Solicitation (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 only the solicitation; quotes are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for requirement. (ii) Solicitation Number: FA9302-23-Q-0052 **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 including delivery FOB Destination Edwards AFB CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted. This solicitation is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-06 effective 12 Jul 2021, DFARS Publication Notice (DPN) 20230720 effective 20 Jul 2023, and Air Force Acquisition Circular (AFAC) 2021-0726, effective 26 Jul 2021. (iv) Description: Fire Suppression and System Sustainment for the Benefield Anechoic Chamber, Bldg. 1030. Fire Suppression and System Sustainment -- Requirement to test and maintain the fire suppression system inside the Anechoic Chamber at the Benefield Anechoic Facility (BAF) that consists of a custom designed and installed, pre-action fire suppression system with approximately 1104 total sprinkler head assemblies divided into 4 quadrants. Follow requirements in Performance Work Statement. Test, maintain and repair (as needed) the fire suppression system at the Electronics Warfare Group (EWG) Benefield Anechoic Facility (BAF) at Edwards Air Force Base in California, building 1030 was built in 1989 with an anechoic chamber that has a custom designed and installed pre-action fire suppression system divided in to 4 quadrants. This fire suppression system was serviced and tested in 2021 and requires recurring maintenance and testing to ensure compliance with NFPA and UFC standards. (v) Perform tasks In Accordance With (IAW) PWS Section 1.6 1.6. Specific Tasks. 1.6.1 Contractor shall provide all, labor, equipment, and material to inspect, test and provide recurring maintenance on all building fire suppression systems. 1.6.2 Conduct periodic testing as required by NFPA and UFC standards. 1.6.2.1 Test one quadrant per year, on an annual basis using the attached testing procedure in Attachment 5 1.6.2.2 One quadrant shall be isolated from the other three for the annual test, so that only one quadrant is activated and placed into a standby position. 1.6.2.3 Quadrant being tested shall be pressurized with Nitrogen in order to extend telescoping sprinkler heads into a standby position the anechoic chamber. 1.6.2.4 System shall be checked for water and air leaks. 1.6.2.4.1 Extension of telescoping heads shall be timed and submitted as part of the report. 1.6.2.5 Radiation Absorbent Material (RAM) pieces shall be replaced at the conclusion of the test. 1.6.2.6 Conduct periodic maintenance on fire suppression system as required by NFPA and UFC standards. 1.6.2.7 Identify and submit in writing, any corrections, damage or out of compliance systems or components to government for repair/replacement. SMALL BUSINESS SET-ASIDE (vi) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Oct 2018), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/ ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2018) Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: a. DUNS Numbers: b. TIN Number: c. CAGE Code: d. Contractor Name: e. Payment Terms (net30) or Discount: f. Point of Contact and Phone Number: g. Email address: h. FOB (destination): i. Warranty (if applicable): j. Date Offer Expires: k. Completed copy of FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) l. Completed copy of FAR 52.212-3, Alt I, Offeror Representations and Certifications - Commercial Items (Jun 2020) - or notification that FAR 52.212-3 representations and certifications are available on SAM.gov. (vii) The provision at 52.212-2, Evaluation - Commercial Items (Oct 2014) applies to this acquisition. ADDENDUM to 52.212-2, Evaluation - Commercial Items (Oct 2014). 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. EVALUATION: SELECTION CRITERIA: BEST VALUE BASED ON LOWEST PRICE, TECHNICALLY ACCEPTABLE (LPTA) Best Value The solicitation provides that quotations will be evaluated using Lowest Price Technically Acceptable (LTPA). The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability factor contains two non-cost subfactors: (1) Ability to provide Fire Suppression and System Sustainment, (2) Experience - offers must submit at least three instances of providing Fire Suppression and System Sustainment. The agency will first rank quotations according to price, from lowest to highest, and will evaluate the three (3) lowest-priced quotations 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. Technically Acceptability Technically Acceptable Subfactors: Ability to provide Fire Suppression and System Sustainment a. Certifications b. Sub-contractor name if using Experience - submit at least three instances of providing Fire Suppression and System Sustainment The ability to provide Fire Suppression and System Sustainment will be assigned ratings of satisfactory or unsatisfactory. Experience, for those offers submitting at least three instances of providing Fire Suppression and System Sustainment, will be considered for quality. Quality will be assigned ratings of satisfactory or unsatisfactory, offerors rated unsatisfactory will be found not technically acceptable for experience. The Government will award a delivery order resulting from the RFQ to the responsible offeror whose quote is responsive to the RFQ and considered to be the Best Value based on LTPA. (viii) PROVISIONS AND CLAUSES 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 252.204-7004 Antiterrorism Awareness Training for Contractors. Jan 2023 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. Jan 2023 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. Jan 2023 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. Jan 2023 252.204-7020 NIST SP 800-171 DoD Assessment Requirements. Jan 2023 252.205-7000 Provision of Information to Cooperative Agreement Holders. Dec 1991 252.222-7006 Restrictions on the Use of Mandatory Arbitration Agreements. Jan 2023 252.223-7004 Drug-Free Work Force. Sep 1988 252.223-7008 Prohibition of Hexavalent Chromium. Jan 2023 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime. Jan 2023 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns. Jan 2023 252.232-7010 Levies on Contract Payments. Dec 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel. Jan 2023 252.243-7002 Requests for Equitable Adjustment. Dec 2022 252.244-7000 Subcontracts for Commercial Products or Commercial Services. Jan 2023 AFFARS 5352.201-9101 OMBUDSMAN (OCT 2019) (x) Defense Priorities and Allocation System (DPAS): N/A (xi) Quote Submission Information: Offers are due by 06 November 2023 at 4:00 PM Pacific Standard Time (PST). Offers must be sent to Kimberly McGee at kimberly.mcgee@us.af.mill and John Walker at john.walker.68@us.af.mil via electronic mail. No late submissions will be accepted. Please submit any questions regarding this solicitation, in writing to the POC email listed below. QUESTIONS REGARDING THIS SOLICITATION ARE DUE 3 Noember 2023 before 4:00 PM Pacific Standard Time (PST). Site Visit 1 November 2023 @ 9:00 AM PST (xii) For additional Information regarding this solicitation contact: Primary Point of Contact: Kimberly McGee Contract Specialist kimberly.mcgee@us.af.mil And Secondary Point of Contact: John Walker Contracting Officer John.walker.68@us.af.mil

Post-Bid

Military

Public - Federal

Service, Maintenance and Supply

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

Subscribe For Documents

3 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
360
Active Projects
161
Bidding Soon
2,859
All Active Projects
1,302
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 projects. Build 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.

November 9, 2023

December 11, 2023

img_map_placeholder

To Be Determined, Edwards AFB, CA


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.