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 Rome, New York. Contact the soliciting agency for additional information.

General Information Title:_ Chiller Maintenance Renewal Document Type: Combined Synopsis/Solicitation Solicitation Number: FA8751-24-Q-0030 Posted Date: 19 January 2024 Original Response Date: 06 February 2024 Classification Code: J041 Set-Aside: Unrestricted NAICS Code: 238220 Contracting Office Address Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514 Description This is a combined synopsis/solicitation for commercial products and commercial services 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; 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 FA8751-24-Q-0030 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-06 and Defense Federal Acquisition Regulation Supplement Publication Notice (DPN) 20231222. See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is unrestricted. The NAICS code is 238220 and small business size standard is average annual receipts of $19,000,000 The contractor shall provide the services as outlined in the attached Performance Work Statement (PWS) dated 27 September 2023 (Attachment No. 1) on a firm fixed price basis. The applicable Service Contract Labor Standards Wage Determination is provided in (Attachment No. 4) to this solicitation. Name, Email address, and Phone number of the end user POC associated with the delivery will be provided via Section F of any award resulting from this solicitation. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. ***The Period of Performance is as follows: Base year of 1 March 2024 - 28 February 2025 plus four (4) Option Years. If all options are exercised, performance will conclude 28 February 2029. The Period of Performance start date is 1 March 2024. All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of performance of all required services is the Air Force Research Laboratory (AFRL) Rome Research Site (RRS) located in Rome, NY 13441. INSTRUCTIONS The provision at 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services , applies to this acquisition. Addendum to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM, (Eastern Time) 02 February 2024. Submit by email to Tabitha.Haggart@us.af.mil Offerors are encouraged to submit their proposals/quotes using the SF 1449, Solicitation/Contract/Order for Commercial Products and Commercial Services. Formal communications/inquiries, such as requests for clarification and/or information concerning this solicitation MUST be in writing. When addressing questions concerning any aspect of the solicitation, state the page number, section, and paragraph that requires clarification. Submit inquiries to Tabitha.Haggart@us.af.mil, with a copy to Brooke.McDonald@us.af.mil. Site Visit: Prospective offerors wanting a site visit shall contact the Contract Specialist (Tabitha.Haggart@us.af.mil) to schedule, no later than 5 working days before the desired site visit date, and prior to the RFQ closing date. (b)(10) Submit past performance information to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). Recent contracts are considered those that are ongoing or completed within the past three (3) years. (b)(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a 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; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Price Proposal Please provide a breakout of your price as demonstrated by the proposed CLIN Structure in Attachment No. 2, Bid Schedule. EVALUATION The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services (NOV 2021) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) price (ii) past performance Past Performance is significantly more important than price. In determining an Offeror's relevancy of past performance, the Government will consider aspects such as similarity of product/service/support, complexity, dollar value, duration, contract type, and degree of subcontract/teaming. REPRESENTATIONS AND CERTIFICATIONS Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation 252.225-7055, Representation Regarding Business Operations with the Maduro Regime For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 2) ****OFFERS SHALL INCLUDE THE COMPLETED REPS AND CERTS (Attch 2) IN ORDER TO BE CONSIDERED FOR AWARD. OFFERS THAT DO NOT PROVIDE ATTCH #2 IN THEIR RESPONSES WILL BE CONSIDERED INCOMPLETE. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services, applies to this acquisition. The clause at 52.217-8, Option to Extend Services (Nov 1999) applies to this acquisition. The Contracting Officer may exercise the option by written notice to the Contractor within 30 Days The clause at 52.217-9, Option to Extend the Term of the Contract (Mar 2000) applies to this acquisition as follows: "(a) The Government may extend the term of this contract by written notice to the Contractor within 30 Days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services applies to this acquisition. The following additional FAR clauses cited are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (DEC 2023) (Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment . (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) (6) 52.233-3, Protest After Award (Aug 1996) ( 31 U.S.C. 3553). (7) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 ( 19 U.S.C. 3805 note)) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: X 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020), (Pub. L. 109-282) (31 U.S.C. 6101 note). X 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328). X 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021), (31 U.S.C. 6101 note). X 52.219-28, Post Award Small Business Program Rerepresentation X 52.222-3, Convict Labor X 52.222-19, Child Labor--Cooperation with Authorities and Remedies X 52.222-21, Prohibition of Segregated Facilities X 52.222-26, Equal Opportunity X 52.222-36, Equal Opportunity for Workers With Disabilities X 52.222-50, Combating Trafficking in Persons X 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners X 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving X 52.225-13, Restrictions on Certain Foreign Purchases X 52.232-33, Payment By Electronic Funds Transfer--System For Award Management . (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: X 52.222-41, Service Contract Labor Standards X 52.222-42, Statement of Equivalent Rates for Federal Hires This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 23183 Electronics Technician Maintenance III, WG-10 $30.73 + $4.98 = $35.71 X 52.222-55, Minimum Wages Under Executive Order 14026 X 52.222-62, Paid Sick Leave Under Executive Order 13706 The following additional FAR and FAR Supplement provisions and clauses also apply: (reference FAR 12.301) X 52.204-16, Commercial and Government Entity Code Reporting X 52.204-18, Commercial and Government Entity Code Maintenance X 52.204-21, Basic Safeguarding of Covered Contractor Information Systems X 52.204-22, Alternative Line Item Proposal X 52.252-1 Solicitation Provisions Incorporate by Reference X 52.252-2 Clauses Incorporated by Reference X 252.203-7000, Requirements Relating to Compensation of Former DoD Officials X 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. X 252.203-7005, Representation Relating to Compensation of Former DoD Officials X 252.204-7003 Control of Government Personnel Work Product X 252.204-7004 DoD Antiterrorism Awareness Training for Contractors X 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support X 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services X _252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements X 252.204-7020, Notice of NIST SP 800-171 DoD Assessment Requirements X 252.204-7024, Notice on the Use of the Supplier Performance Risk System X 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. X 252.223-7008, Prohibition of Hexavalent Chromium X 252.225-7048 Export-Controlled Items X 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime X 252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems X 252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems--Representation X 252.227-7015, Technical Data--Commercial X 52.227-7037, Validation of Restrictive Markings on Technical Data X 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports X 252.232-7006, Wide Area Workflow Payment Instructions X 252.232-7010, Levies on Contract Payments X 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel X 252.244-7000, Subcontracts for Commercial Products and Commercial Services X 252.247-7023, Transportation of Supplies by Sea - Basic X 5352.201-9101, Ombudsman (JUL 2023) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Ombudsman: Mr. Steven L. Ewers (Primary), AFRL/PK, 1864 Fourth Street, Wright-Patterson AFB OH 45433-7130, COMM (937) 904-9700, FAX (937) 656-7321, email: afrl.pk.workflow@us.af.mil X 5352.223-9001, Health and Safety on Government Installations X 5352.242-9000, Contractor Access to Air Force Installations All responsible organizations may submit a proposal, which shall be considered.

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.

7

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
130
Active Projects
79
Bidding Soon
940
All Active Projects
399
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.

Sign-up for Instant Access.

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.

February 6, 2024

March 5, 2024

img_map_placeholder

Multiple Locations, Rome, NY


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.