Search Contract Opportunities

Maintenance Hangar Floor Sweeper/Scrubber   3

ID: FA665625Q0005 • Type: Synopsis Solicitation
Question & Answer Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Feb. 4, 2025, 10:09 a.m. EST

This is a COMBINED SYNOPSIS/SOLICITATION for a commercial supply 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA665625Q0005 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2024-07 (August 2024) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice (17 January 2025). This solicitation is 100 percent total small business set-aside: the North American Industrial Classification System (NAICS) code for this commercial item is 333310; the small business size standard is 1000 employees. Quotes will be evaluated for lowest price, technically acceptable.

The 910th AW has a requirement to procure the commercial product listed below.

This acquisition is for the purchase of the following:

CLIN 0001 One (1) - Zero-emission, ride-on Karcher B300 RI BP (or equivalent) right-hand side brush that extends the working width to a total of 55 inches. It should also include two (2) large roller brushes, a 79-gallon water tank and a wide curved squeegee and provide an area performance of up to 152,847 square ft/hr. It should include a high container emptying function for easy waste disposal. It should also be rust resistant and include a 36V/805 Ah lead-acid battery or better.

Technical details (must meet or exceed):

Drive type: Battery

Brush working width: 41.1"

Working width with 1 side brush:55.1

Vacuum working width: 56.7

Fresh / waste water tank:79.25 / 79.25 gal

Theoretical working capacity: 152,847sqft per hour

Battery type: Lead acid

Battery: 36 V/805Ah

Battery runtime: 4hr

Driving speed: 4.9mph

Brush speed: 460 U/min

Brush contact pressure:55 - 330

Water consumption: 3.2gpm max.

Dimensions (L x W x H): 94.5 x 60.6 x 69.3

PRICING TO INCLUDE SHIPPING*

Government's intent is to award a single contract between the Government and the Contractor, in accordance with FAR 52.212-2. This notice does not obligate the government to award a contract, nor does it obligate the government to pay for any quotation preparation costs.

The following Federal Acquisition Regulation (FAR) and Defense Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this acquisition and incorporated by reference.

List of Applicable Provisions:

252.203-7005 Representation Relating to Compensation of Former DoD Officials

252.204-7008 Compliance with Safeguarding Covered Defense Information Controls

252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation

252.204-7016 Covered Defense Telecommunications Equipment or Services Representation

252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements

252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors

252.225-7000 Buy American--Balance of Payments Program Certificate.

252.225-7020 Trade Agreements Certificate Basic

252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime

252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation.

52.201-1 Acquisition 360: Voluntary Survey

52.204-7 System for Award Management

52.204-16 Commercial and Government Entity Code Reporting.

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.

52.204-26 Covered Telecommunications Equipment or Services--Representation

52.204-29 Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures.

52.204-7 System for Award Management.

52.204-8 Annual Representations and Certifications.

52.209-2 Prohibition on Contracting with Inverted Domestic Corporations Representation

52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law

52.212-1 Instructions to Offerors-Commercial Products and Commercial Services.

52.212-2 Evaluation-Commercial Products and Commercial Services.

52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services

52.219-1 Small Business Program Representations

52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation.

52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certifications.

52.252-1 Solicitation Provisions Incorporated by Reference.

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. In addition, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/

(End of Provisions)

Commercial Items (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 Item to meet the government requirement in accordance with the above CLINs. (ii) Price.

List of Applicable Clauses:

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Award.

52.204-13 System for Award Management Maintenance.

52.204-18 Commercial and Government Entity Code Maintenance.

52.204-19 Incorporation by Reference of Representations and Certifications.

52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities

52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.

52.204-27 Prohibition on a ByteDance Covered Application

52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.

52.209-10 Prohibition on Contracting with Inverted Domestic Corporations

52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services.

52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items.

52.219-14 Limitations on Subcontracting. (DEVIATION 2021-O0008)

52.222-3 Convict Labor.

52.222-19 Child Labor-Cooperation with Authorities and Remedies. (E.O.13126)

52.222-26 Equal Opportunity

52.222-36 Equal Opportunity for Workers with Disabilities.

52.222-50 Combating Trafficking in Persons.

52.223-5 Pollution Prevention and Right-to-Know Information.

52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving.

52.225-13 Restrictions on Certain Foreign Purchases.

52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving

52.232-33 Payment by Electronic Funds Transfer.

52.232-39 Unenforceability of Unauthorized Obligations.

52.232-40 Providing Accelerated Payments to Small Business Subcontractors.

52.233-1 Disputes.

52.233-3 Protest After Award.

52.233-4 Applicable Law for Breach of Contract Claim.

52.246-16 Responsibility for Supplies.

52.247-16 Contractor Responsibility for Returning Undelivered Freight.

52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form).

52.252-2 Clauses Incorporated by Reference.

This solicitation incorporates one or more solicitation clauses 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 clauses 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 clauses, the offeror may identify the clause by paragraph identifier and provide the appropriate information with its quotation or offer. In addition, the full text of a solicitation clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/

252.203-7000 Requirements Relating to Compensation of Former DoD Officials.

252.203-7002 Requirement to Inform Employees of Whistleblower Rights.

252.203-7005 Representation Relating to Compensation of Former DoD Officials.

252.204-7003 Control of Government Personnel Work Product

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting

252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

252.204-7020 NIST SP 800-171 DoD Assessment Requirements

252.211-7003 Item Unique Identification and Valuation.

252.223-7008 Prohibition of Hexavalent Chromium.

252.225-7012 Preference for Certain Domestic Commodities.

252.225-7048 Export-Controlled Items

252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime.

252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region.

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.

252.232-7006 Wide Area WorkFlow Payment Instructions.

252.232-7010 Levies on Contract Payments.

252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel.

252.243-7001 Pricing of Contract Modifications.

252.247-7023 Transportation of Supplies by Sea.

5352.201-9101 Ombudsman.

5352.223-9001 Health and Safety on Government Installations.

(End of Clauses)

Offerors shall verify company information is accurate and current in the System for Award Management (SAM). Offerors must be registered in SAM when quote is received by the Contracting Office.

Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Offerors are required to provide their Contractor's Unique Entity ID, Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in and Wide Area Workflow (WAWF) for payment purposes. For WAWF assistance, please visit their website at: https://wawf.eb.mil/ or by phone at: 801-605-7095. All responsible sources may submit a response that, if received by the closing date listed below, shall be considered by the 910th CONF/PK.

All quotes must state at a minimum list the unit price, discount/payment terms, delivery time after receipt of award, expiration date of quote and FOB terms (if applicable). Offerors are responsible for ensuring their quote has been received and is legible. Brand Name or Equal: The Buyer is allowing Sellers to submit bids for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. Sellers MUST enter exactly what they are bidding (including make, model and description) into the blank description field in order for the bid to be considered. The Buyer will evaluate 'equal' items on the basis of information furnished by the Seller or identified in the bid and reasonably available to the Buyer. The Buyer is not responsible for locating or obtaining any information not identified in the Bid. PLEASE SUBMIT BROCHURES FOR EACH ITEM LISTED ABOVE. If brochures are not submitted, quote will be deemed technically unacceptable.
Quotes must be received by the 910th Contracting Office no later than 10:00 a.m. Eastern Standard Time (EST) on February 28, 2025. Please submit quote via email to joshua.indorf.1@us.af.mil.

Posted: Jan. 31, 2025, 1:29 p.m. EST
Background
The 910th Airlift Wing (AW) has a requirement to procure a commercial product as part of their mission to maintain operational readiness. This solicitation is issued as a Request for Quotation (RFQ) under solicitation number FA665625Q0005, which is set aside for small businesses. The goal of the contract is to acquire a maintenance hangar floor sweeper/scrubber that meets specific technical requirements.

Work Details
The contract includes the procurement of one (1) Zero-emission, ride-on Karcher B300 RI BP (or equivalent) floor sweeper/scrubber with the following specifications:
- Right-hand side brush extending working width to 55 inches
- Two (2) large roller brushes
- 79-gallon water tank
- Wide curved squeegee
- Area performance of up to 152,847 square ft/hr
- High container emptying function for easy waste disposal
- Rust-resistant construction
- Battery type: Lead-acid, 36V/805 Ah or better

Technical details (must meet or exceed):
- Drive type: Battery
- Brush working width: 41.1 inches
- Working width with 1 side brush: 55.1 inches
- Working width with 2 side brushes: 69.1 inches
- Vacuum working width: 56.7 inches
- Fresh/waste water tank capacity: 79.25 gallons each
- Theoretical working capacity: 152,847 sqft per hour
- Battery runtime: 4 hours
- Driving speed: 4.9 mph
- Brush speed: 460 U/min
- Brush contact pressure range: 55 - 330
- Water consumption max: 3.2 gpm
- Dimensions (L x W x H): 94.5 x 60.6 x 69.3 inches.
*Pricing must include shipping.*

Place of Performance
The delivery location for the product is Youngstown Air Reserve Base, Ohio.

Overview

Response Deadline
Feb. 28, 2025, 10:00 a.m. EST Past Due
Posted
Jan. 31, 2025, 1:29 p.m. EST (updated: Feb. 4, 2025, 10:09 a.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Vienna, OH 44473 United States
Source
SAM

Current SBA Size Standard
1000 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Signs of Shaping
67% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 1/31/25 Reserve Command issued Synopsis Solicitation FA665625Q0005 for Maintenance Hangar Floor Sweeper/Scrubber due 2/28/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 333310 (SBA Size Standard 1000 Employees) and PSC 7920.
Primary Contact
Name
Joshua D Indorf   Profile
Phone
(330) 609-1389

Documents

Posted documents for Synopsis Solicitation FA665625Q0005

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation FA665625Q0005

Award Notifications

Agency published notification of awards for Synopsis Solicitation FA665625Q0005

Contract Awards

Prime contracts awarded through Synopsis Solicitation FA665625Q0005

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation FA665625Q0005

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation FA665625Q0005

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation FA665625Q0005

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFRC > FA6656 910 AW LGC YNGSTN WRN ARPT
FPDS Organization Code
5700-FA6656
Source Organization Code
100226923
Last Updated
March 15, 2025
Last Updated By
joshua.indorf.1@us.af.mil
Archive Date
March 15, 2025