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 Chey Mtn AFB, Colorado. Contact the soliciting agency for additional information.

COMBINED SYNOPSIS/SOLICITATION Solicitation. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The 21st Contracting Squadron (21 CONS), intends to utilize this Request for Quotation (RFQ), under solicitation number FA2717-24-Q-0039, to award a Firm Fixed Price (FFP) purchase order. The Government intends to award one contract to the responsible Offeror whose quotation represents the best value to the Government. This document and incorporated clauses and provisions are those in effect through Federal Acquisition Regular (FAR) Federal Acquisition Circular (FAC) Number 2024-04, Defense Federal Acquisition Regulation Supplement (DFARS) Change Number 04/25/2024, and Department of the Air Force Federal Regulation Supplement (DAFFARS) Change Number DAFAC 2023-0707. This acquisition is being procured as a 100% Small Business Set-Aside. The North American Industrial Classification System (NAICS) code is 561621 Security Systems Services, and the size standard is $25M. A single award will be made as a result of evaluation of quotes received. All prospective Offerors must have a Commercial and Government Entity (CAGE) code and be registered with System for Award Management (SAM) at http://www.sam.gov. Provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Sep 2023), does apply to this acquisition and the following addendums apply: Paragraph (c) is revised to the following: Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (See Section 9 of the Combined Synopsis) Paragraph (g) is revised to the following: Contract award (not applicable to Invitation for Bids). The Government intends to award a FFP contract resulting from the RFQ to the responsible Offeror whose quotation represents the lowest price technically acceptable (LPTA) to the Government. To be eligible for award, the Offer must receive acceptable rating for all factors. The evaluation factors that establish the requirements of acceptability shall be set forth in this RFQ. The Government intends to award based on the initial quotation submission without interchanges. Offerors who do not quote the entire package requested will be considered non-responsive and their quotation may not be evaluated. The Government intends to select one contractor; however, the Government reserves the right to award no contract at all. (See Section 10 of the Combined Synopsis) Since award will be based on initial responses, Offerors are highly encouraged to quote their most advantageous pricing in their initial response. The responses to this RFQ are intended to be evaluated, and award made, without interchanges unless interchanges are deemed to be in the best interest of the Government. Interchanges are fluid interaction(s) between the Contracting Officer (CO) and the Contractors that may address any aspect of the quote and may or may not be documented in real time. Offeror responses to interchanges will be considered in making the award selection decision. Interchanges may be conducted with one (1), some, or all Offeror's as the Government is not required to conduct interchanges with any or all contractors responding to this RFQ. If the Government enters interchanges, the Government will not request final quote revisions. Provision at FAR 52.212-2, Evaluation-Commercial Items (Nov 2021) is NOT used in this solicitation. The evaluation procedures are outlined in this document. The Offeror shall also complete FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (Nov 2021). The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the SAM accessed through https://www.sam.gov. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (Nov 2023), and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2023), apply to this solicitation. All provisions and clauses are listed in Attachment 1 of this RFQ. Additionally, all clauses and provisions may be found in full text at the following site: https://www.acquisition.gov/. Description of Requirement. The Contractor shall provide all non-personal services to include management and labor necessary for maintenance and support IAW the PWS for the ESS Alarms Maintenance and Repairs. Period of Performance (PoP). The projected PoP for this purchase order is from 01 August 2024 to 31 July 2025 with 4 option years. Contract Line Item (CLIN). See Attachment 3, Pricing Sheet. Defense Priorities and Allocations System (DPAS) Rating: Not Applicable Quotation Preparation and Submission: Offerors shall complete and submit a quotation with the following information: Cover Letter, Technical, and Price, as identified in this RFQ. The details for assembly of the quotation are identified below. Table-1. Quotation Section Title/RFQ Reference Page Limit Cover Letter 1 Factor 1. Technical Approach Technical Approach 15 Factor 2. Price CLIN Pricing Sheet 1 Details for assembly of the quotation: Table of Contents, Glossaries, Tabs, and List of Acronyms do not count against the page limit. Cover Letter: The Cover Letter shall identify the Offeror's Point of Contact (POC) to include a phone number and email address for any questions regarding the submitted quotation and the having authority to negotiate and bind the company. Pages shall be single line spaced; with a minimum 1-inch margin all around. The font shall be no smaller than 10 point and no larger than 12 point for general text, text in tables, charts, graphs, and figures. No condensed fonts allowed; Times New Roman or Arial font only. No condensed fonts allowed; Times New Roman or Arial font preferred. If page limits are exceeded, the excess pages will not be read or considered in the evaluation of the quotation. All quotations must list UIE number, CAGE code, and Federal TIN with Company name, POC, and phone number. To obtain or renew a UIE number or CAGE code, please visit https://www.sam.gov. Lack of registration in the SAM database will make an Offeror ineligible for award. Any deviation from the RFQ requirements and format may result in non-consideration of the quotation. Additional Instructions to Offerors. Offerors shall respond to this RFQ via e-mail by 10 June 2024 at 0900 hours MT. All quotations should be sent to, Victoria Ambrose, at victoria.ambrose.1@spaceforce.mil and Ryan Olson, at ryan.olson.10@spaceforce.mil before the due date and time specified. All questions regarding the RFQ package must be submitted to the above e-mail addresses by 15 May 2024 at 1000 hours MT. Any questions asked over the telephone will not be answered. Any questions received after this date and time may not be answered. Offerors must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. Organizational Conflicts of Interest. All Offerors shall identify any conflict of interest or appearance issues that might be a potential Organizational Conflict of Interest. Notice to Offerors. The Government reserves the right to cancel this RFQ, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an Offeror for any costs. Submitted quotations shall be valid for 60 days after the closing date of the RFQ. Basis for Award. The Government intends to award a FFP contract resulting from the RFQ to the responsible Offeror whose quotation represents the lowest price technically acceptable (LPTA) to the Government. To be eligible for award, the Offer must receive acceptable rating for all factors. The evaluation factors that establish the requirements of acceptability shall be set forth in this RFQ. The Government intends to award based on the initial quotation submission without interchanges. Offerors who do not quote the entire package requested will be considered non-responsive and their quotation may not be evaluated. The Government intends to select one contractor; however, the Government reserves the right to award no contract at all. Since award will be based on initial responses, Offerors are highly encouraged to quote their most advantageous pricing in their initial response. The responses to this RFQ are intended to be evaluated, and award made, without interchanges unless interchanges are deemed to be in the best interest of the Government. Interchanges are fluid interaction(s) between the Contracting Officer (CO) and the Contractors that may address any aspect of the quote and may or may not be documented in real time. Offeror responses to interchanges will be considered in making the award selection decision. Interchanges may be conducted with one (1), some, or all Offeror's as the Government is not required to conduct interchanges with any or all contractors responding to this RFQ. If the Government enters interchanges, the Government will not request final quote revisions. Evaluation Criteria. Evaluation criteria will include the following factors: Factor 1 - Technical Approach Factor 2 - Price Factor 1 - Technical Approach Acceptability of this factor is based on the Offeror providing the following documentation: 1. Acceptability of this factor is based on an Offeror describing an adequate approach to addressing the below elements of the PWS. The submission shall document the Offeror's processes and capabilities to demonstrate an understanding of the requirement and not just restate the PWS. The Offeror shall demonstrate an effective and sound approach to: Preventative Maintenance (PWS 1.1.3) Corrective Service Calls (PWS 1.2) The following table shall be used for the evaluation of Factor 1: Adjectival Rating Description Acceptable Quote meets the requirements of the solicitation. Unacceptable Quote does not meet the requirements of the solicitation. Factor 2 - Price: Adequate price competition is anticipated and exists if two or more responsible offerors, competing independently, submit priced offers that satisfy the Government's expressed requirements. Therefore, the Offerors' total evaluated prices (TEPs) will be evaluated for price reasonableness. The TEP will be the only discriminator amongst Offerors for this factor. Price analysis shall be used to evaluate the price reasonableness of each Offeror's TEP. The Offeror shall submit a price for each CLIN contained within Attachment 3 (yellow blocks only). The Government may compare Offeror TEPs, compare TEPs to the Independent Government Estimate (IGE), or may use other price analysis techniques per FAR 13.106-3(a). Evaluation of option prices shall not obligate the Government to exercise the options. For purposes of evaluation, the TEP is defined in Attachment 3. Please be advised of the following: - Parts are subject to Not-to-Exceed (NTE) limitations. These predetermined estimates are established by the Government and are not considered part of the Total Evaluated Price. - Additionally, it is important to note that this requirement incorporates Clause 52.217-8; however, pricing for this clause will not be evaluated at this time, in the event the Government elects to exercise Clause 52.217-8, pricing will be based on a continuation of the most recent option period under which the contract was previously performed. Attachments: Provisions & Clauses Performance Work Statement Pricing Sheet Wage Determination 2015-5417 (dated 26 December 2023)

Post-Bid

Military

Public - Federal

Service, Maintenance and Supply

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

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
157
Active Projects
73
Bidding Soon
1,167
All Active Projects
508
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 1, 2024

September 24, 2024

September 23, 2025

img_map_placeholder

Multiple Locations, Chey Mtn AFB, CO

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.