BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Site work for a water / sewer project in Tucson, Arizona. Completed plans call for site work for a water / sewer project.

SOLICITATION IWWTP Pressurization Tank **This is a time sensitive acquisition and therefore all due dates/times have been considered and are firm to ensure timely award prior to the end of the fiscal year.** (i)This is a 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 FA4877-24-Q-A538 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 2024-05 effective 05/22/2024. The DFARS provisions and clauses are those in effect to DFARS Change 07/29/2024 effective 07/29/2024. The DAFFARS provisions and clauses are those in effect to DAFAC 06/12/2024 effective 06/12/2024. (iv) The associated North American Industrial Classification System (NAICS) code for this procurement is 238990 with a small business size standard of $19M. This requirement is issued as 100% Small Business set aside. (v) The government intends to award a firm-fixed price contract for the following brand new item with installation service: 100 Gallon Pressurization Vessel with installation for the Industrial Waste Water Treatment Plant located at 309 AMARG in accordance with the attached Performance Work Statement and Salient Characteristics document. (vi)Requested product and service shall be delivered to and performed at F.O.B. destination Davis-Monthan AFB. (vii)FAR 52.212-1 Instructions to Offerors -- Commercial Items (Sep 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 and referred to within this solicitation document as the offeror's capability statement to provide a product that meets or exceeds the exact requested, defined salient characteristics, services and lead time. 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-- "Unique entity identifier. (Applies to all offers that exceed the micro-purchase threshold, and offers at or below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier." "Registered in the System for Award Management (SAM) database" means that-- (1) The Contractor has entered all mandatory information, including the unique entity identifier and the Electronic Funds Transfer indicator (if applicable), the Commercial 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 SAM; (2) The Contractor has completed the Core, Assertions, Representations and Certifications, and Points of Contact sections of the registration in SAM; (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 contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process; and (4) The Government has marked the record Active. (5) 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. (b)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. (viii)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 a product that meets or exceeds the required specifications as outlined in the Salient Characteristics document and provide for removal, installation and setup services for said product. 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. (ix)Each offeror shall include a completed copy of the provision at FAR 52.212-3 Alternate I, Offeror Representations and Certifications--Commercial Items (May 2024); or confirmation of registration in www.sam.gov with access to complete Reps & Certs. (x)The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Nov 2023), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xi)The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (May 2024), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii)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 Additionally, the following clauses and provisions apply to this acquisition: **Please see attached Solicitation document for associated clause table. (xiv) Site Visit will be held Wednesday, 11 Sept 2024 at 10am Local AZ time. Due to existing equipment configuration, it is highly encouraged that vendors attend the site visit to ensure full understanding of the requirement. Interested parties who would like to attend must notify the Points of Contact no later than (NLT) Monday, 9 Sept 2024 by 1400. Site visit attendees shall meet at the Davis-Monthan Air Force Base Visitor's Center outside of the Craycroft Road gate no later than 09:30 AM in a non-commercial vehicle. (xv) Site Visit Procedures: 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. (xvi) NOTICE TO ALL INTERESTED PARTIES: Quotes are due no later than NOON Mountain Standard Time on Friday, 13 Sept 2024; submissions shall be to the 355th Contracting Squadron/PK-AMARG, Attn: Patricia Murray and Rachelle Jenkins via e-mail at: patricia.murray.6us.af.mil and rachelle.jenkins.3us.af.mil 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 (attachment 1) AND company quote that provides detailed cost breakout for parts and labor/service. 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. Quotes shall be submitted via email to BOTH - Patricia Murray patricia.murray.6us.af.mil and Rachelle Jenkins rachelle.jenkins.3us.af.mil. For information regarding this solicitation, contact Rachelle Jenkins at (520) 228-3598 or Patricia Murray at (520) 228-3095. CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTS Attch #: Item Description: Page(s): 1 Pricing Schedule 1 2 Performance Work Statement 18 3 Wage Determination 11

Award

Water / Sewer

$67,548.00

Public - Federal

Site Work

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

5

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.

September 13, 2024

October 14, 2024

img_map_placeholder

S Wilmot Rd, Tucson, 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.