Search Contract Opportunities

100 TON Crane Repair   2

ID: FA4877-22-Q-A-159 • Type: Synopsis Solicitation
Federal + SLED + Forecasts + Task Orders

Find every eligible opportunity from thousands of sources in one powerful platform

Free Trial Schedule Demo

Description

Posted: May 12, 2022, 11:35 a.m. EDT

COMBINED SYNOPSIS/SOLICIATION COMBO':

100 TON Crane Repair

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 13, 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 FA4877-22-Q-A159 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 2022-06 effective 01 May 2022. The DFARS provisions and clauses are those in effect to DPN 20220428 effective 28 Apr 2022. The AFFARS provisions and clauses are those in effect to 2022-0502 effective 02 May 2022. The Wage Determination 2015-5473 Revision #16 Dated March 15, 2022 will be incorporated into the purchase order.

(iv) This is a Full and Open Competitive Solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 with a small business size standard of $8,000,000.00 average annual revenue.

(v) The Pricing Schedule is incorporated as Attachment 1. Offerors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo.

(vi) The government intends to award a firm-fixed price contract for the following:

100-TON CRANE BOOM LIFT REPAIR: Provide all labor, materials, equipment, transportation once at vendors facility, supervision and management needed to repair the boom lift cylinder leaking at the wiper seals on a Link Belt Crane, Model RTC-80100 II, Serial Number: J79-1544, Air Force Registration Number: 09D609; in accordance with original manufacturer recommendation and attached Statement of Work (SOW).

(vii) Work must be accomplished at the chosen vendor place of business. The 309 AMARG will arrange for the shipment to and from the vendors work facility and arrange for all required shipping permits.

(viii) FAR 52.212-1 Instructions to Offerors -- 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:

1. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation.

2. Specific Instructions: The response shall consist of two (2) separate parts: Part I Technical Capability and Part II Price Proposal.

a. PART 1- TECHNICAL CAPABILITY - Submit one (1) copy of technical capability narrative with appropriate certification to work on LinkBelt Cranes, limit to 10 pages.

b. PART 2- PRICE Submit one (1) copy of price schedule any additional documentation is limited to 10 pages.

4. System for Award Management Registration:

(1) 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.

(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.

(ix) 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) Technical Capability of the service offered to meet the Government requirement;

(ii) price;

(b) Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the lowest price technically acceptable.

Technical Acceptability, at a minimum, is defined as meeting all of the criteria in specifications listed in Attachment 2 (Statement of Work). Price and technical acceptability will be considered. 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.

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.

(x) Each offeror shall include a completed copy of the provision at FAR 52.212-3 and Alternate I, Offeror Representations and Certifications--Commercial Items (Nov 2021). See Attachment 3.

(xi) The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items (Nov 2021), is hereby incorporated by reference, with the same force and effect as if it were given in full text. See Attachment 3

(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items (Jan 2022), is hereby incorporated by reference, with the same force and effect as if it were given in full text.

(xiii) 52.252-1 -- Solicitation Provisions Incorporated by Reference, See Attachment 3

(xiv) Important Date/Times (All Times are Arizona Local Time):

  1. All questions must be submitted by: 16 May 2022, 1:00 PM
  2. Final Response Vendors will be provided by: 17 May 2022, 1:00 PM
  3. To be considered all quotes must be received by: 18 May 2022, 2:00 PM

(xv) Questions and Quotations shall be submitted to Rachelle Jenkins via email rachelle.jenkins.3@us.af.mil. For information regarding this solicitation, contact Contracting Officer, Rachelle Jenkins at (520) 228-3598.

DOCUMENTS, EXHIBITS OR ATTACHMENTS

Atch #: Item Description: Page(s):

1 Pricing Schedule 1

2 Statement of Work 5

3 Additional Clauses Incorporated by Full Text 24

  1. Department of Labor Wage Determination 14

WD 2015-5473 (Rev. #16)

Posted: May 11, 2022, 11:53 a.m. EDT
Posted: March 14, 2022, 7:02 p.m. EDT

Overview

Response Deadline
May 18, 2022, 4:00 p.m. EDT (original: March 24, 2022, 4:00 p.m. EDT) Past Due
Posted
March 14, 2022, 7:02 p.m. EDT (updated: May 12, 2022, 11:35 a.m. EDT)
Set Aside
None
Place of Performance
Tucson, AZ 85707 United States
Source
SAM

Current SBA Size Standard
$12.5 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
On 3/14/22 Air Combat Command issued Synopsis Solicitation FA4877-22-Q-A-159 for 100 TON Crane Repair due 5/18/22. The opportunity was issued full & open with NAICS 811310 and PSC J025.
Primary Contact
Name
Rachelle L Jenkins   Profile
Phone
(520) 228-3598

Documents

Posted documents for Synopsis Solicitation FA4877-22-Q-A-159

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation FA4877-22-Q-A-159

Award Notifications

Agency published notification of awards for Synopsis Solicitation FA4877-22-Q-A-159

Contract Awards

Prime contracts awarded through Synopsis Solicitation FA4877-22-Q-A-159

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation FA4877-22-Q-A-159

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation FA4877-22-Q-A-159

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > ACC > FA4877 355 CONS PK
FPDS Organization Code
5700-FA4877
Source Organization Code
500042543
Last Updated
May 12, 2022
Last Updated By
rachelle.jenkins.3@us.af.mil
Archive Date
June 2, 2022