HYDROCARTRIDGE INSPECTION & MAINTENANCE SERVICES

Agency: DEPT OF DEFENSE
State: Florida
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159646068114915
Posted Date: Jul 27, 2023
Due Date: Aug 7, 2023
Solicitation No: FA664823Q0039
Source: Members Only
Follow
HYDROCARTRIDGE INSPECTION & MAINTENANCE SERVICES
Active
Contract Opportunity
Notice ID
FA664823Q0039
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFRC
Office
FA6648 482 LSS LGC
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jul 27, 2023 10:41 am EDT
  • Original Published Date: Jul 21, 2023 09:52 am EDT
  • Updated Date Offers Due: Aug 07, 2023 02:00 pm EDT
  • Original Date Offers Due: Aug 07, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 22, 2023
  • Original Inactive Date: Aug 22, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J046 - MAINT/REPAIR/REBUILD OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT
  • NAICS Code:
    • 562998 - All Other Miscellaneous Waste Management Services
  • Place of Performance:
    Homestead , FL 33039
    USA
Description View Changes

A0001 – Amendment to Solicitation FA6648-23-Q-0039



Hydro-Cartridge Inspection & Maintenance Services



The deadline for submission of quote packages remains unchanged: 2:00pm (EST) Monday August 7, 2023.



This solicitation is being amended to provide site visit details:



A site visit will held on Wednesday August 2, 2023 beginning at 1:00pm. Attendees are required to register by emailing a completed base pass request (Attachment 4 – Base Access Form_Blank) to Sandy Guité at sandy.guite@us.af.mil no later than 9:00am EST Monday July 31, 2023. Should you desire to submit the form securely please email a request for DoDSafe link to Sandy Guité @ sandy.guite@us.af.mil and a link for submission will be sent. DOD Safe submission of completed base pass request must be received by 9:00am EST Monday July 31, 2023 to ensure timely submission and process of base access for the Wednesday Site Visit. Late registration will not be allowed. There shall be no more than two (2) registered parties per contractor.



On the date of the site visit please plan to arrive 30 mins early to obtain visitors pass. Sandy Guité will meet everyone at the from gate of Homestead Air Reserve Base and once everyone has checked and received base passes we will caravan over to the site visit location on base.



The Q&A from the site visit will be posted by noon on Thursday August 3, 2023 with a follow-up amendment to this solicitation. At that time a determination will be made on whether an extension to the solicitation closing will be made.



**********************************************************************************************************************************************



This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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 FA6648-23-Q-0039 is issued as a request for quotation (RFQ). Please provide the full solicitation number on all packages* Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote.





This solicitation document and incorporated provisions and clauses for commercial products and commercial services are those in effect through Federal Acquisition Circular (FAC) 2023-04, Electronic Code of Federal Regulation (eCFR) https://gov.ecfr.io/cgi-bin/ECFRl, and Department of the Air Force Federal Acquisition Regulation Supplement (DAFAC) 2023-0707.





This procurement is being issued as a 100% Competitive Small Business Set Aside under NAICS code 562998– All Other Miscellaneous Waste Management Services with a size standard of $16.5 million dollars.





Homestead Air Reserve Base, Homestead, FL, has a requirement for Hydrocartridge inspections and maintenance services. The Contractor shall provide all labor, tools, transportation, material, equipment, and supervision necessary to inspect and maintain 72 Hydro cartridge storm drain filter units once a month (12 Months a year total) at various locations for Homestead Air Reserve Base, Florida.





All work shall be completed in accordance with the Hydrocartridge Service Performance Work Statement (PWS) dated 28 February 2023 (Attachment 2).





The anticipated period of performance (PoP) shall consist of a base year plus four (4) option years. The anticipated performance periods for the base year and options are as follows:





Base Year 1 September 2023 – 31 August 2024



Option Year 1 1 September 2024 – 31 August 2025



Option Year 2 1 September 2025 – 31 August 2026



Option Year 3 1 September 2026 – 31 August 2027



Option Year 4 1 September 2027 – 31 August 2028



Option 52.217-8 6 Month Extension 1 September 2028 – 28 February 2029





CLIN Structure:



CLIN# Description Unit of Measure



CLIN 0001 – Hydrocartridge Inspections & Maintenance (Base year) 12 Months



CLIN 1001 - Hydrocartridge Inspections & Maintenance (Option Yr 1) 12 Months



CLIN 2001 - Hydrocartridge Inspections & Maintenance (Option Yr 2) 12 Months



CLIN 3001 - Hydrocartridge Inspections & Maintenance (Option Yr 3) 12 Months



CLIN 4001 - Hydrocartridge Inspections & Maintenance (Option Yr 4) 12 Months



CLIN 5001 - Hydrocartridge Inspections & Maintenance (Option 52.217-8) 6 Months





Please review this solicitation in its entirety including all solicitation attachments provided herein and submit an offer for the requested services as outlined in the PWS (Attachment 2). Offerors shall submit their firm fixed-price quote using attached Solicitation – FA664823Q0039 on pages 3 & 4 (Attachment 1).





Any questions generated from this solicitation must be submitted in writing to Sandy Guité (sandy.guite@us.af.mil) with a copy to Daniela Marton (daniela.marton@us.af.mil) no later than 12:00 PM Eastern Standard Time (EST), 26 July 2023. When addressing questions concerning any aspect of the solicitation, state the page number, section, and paragraph that requires clarification. The Contracting Officer will provide clarification(s) through amendment(s) to the solicitation following receipt of any questions by the end of day on 28 July 2023 at 5:00 P.M. Any questions received after 12:00 PM on 26 July 2023 may or may not be answered.





It is the Offeror’s responsibility to be familiar with applicable provisions and clauses. See https://gov.ecfr.io and https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. Class deviations can be found at https://www.acq.osd.mil/dpap/dars/class_deviations.html.





For your convenience all applicable provisions and clauses are included in the attached Solicitation – FA664823Q0039 (Attachment 1).





Special Instructions. All offerors shall meet the requirements of the Request For Quote (RFQ) identified in 52.212-1 and 52.212-2 addenda’s. Failure to do so will be at the Offeror’s own risk. The Government shall not pay any Offeror for any cost or expenses associated with the preparation of their quote. The offeror must follow the instructions contained herein to assure timely and equitable evaluation of the offer. Offerors are required to be fully responsive to and consistent with all of the solicitation requirements using the attached Solicitation – FA664823Q0039 (Attachment 1). Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.





Email Format: The subject line of all emails that comprise the proposal shall be formatted as follows: Subject: FA6648-23-Q-0039/Company Name/Email X of X (insert number of the email and total number of emails)





System for Award Management. In order for an Offeror to be considered for award, the Offeror must be registered in System for Management Award (SAM). Visit the SAM website at https://www.sam.gov for further information.



If you are not registered, and active, you cannot receive an award.





The provision at 52.212-1, Instructions to Offerors – Commercial Items (MAR 2023), applies to this acquisition.





Addenda to the following paragraphs of 52.212-1 are:




  1. Submission of offers. Electronic Submission of offers is required. Offers shall be submitted via email to the following: Sandy Guité, sandy.guite@us.af.mil and copy to Daniela Marton (daniela.marton@us.af.mil) not later than 2:00 PM, (EST) 7 Aug 2023. Offerors shall submit a clear and complete quote and include only information that is relevant to this notice. Offerors shall submit their firm fixed-price quote using the attached Solicitation – FA664823Q0039 (Attachment 1). In addition, the following Contractor information shall be included with your quote:




      1. SAM UEI Number:

      2. TIN Number:

      3. CAGE Code:

      4. Contractor Name:

      5. Payment Terms (NET 30) or Discount:

      6. Point of Contract and Phone Number:

      7. Email Address:

      8. Warranty (if applicable):









(b)(8) Representations/Certifications: Utilizing the provision below (52.212-3 -- Offeror Representations and Certifications – Commercial Items) Offerors shall complete the necessary fill-ins, representations and certifications as set forth in the solicitation.





(b)(9) Acknowledgement of Solicitation Amendments. The Government reserves the right to revise or amend the solicitation and attachments prior to the offer closing time. Such amendments will be issued electronically with an update to sam.gov. In such cases, the amendment will include an announcement of the new closing date and time (if applicable). The Offeror shall acknowledge all amendments issued including a section titled Acknowledgment of Amendments with their quote package and identifying the Amendment #, Date issued & initialing.





(b)(11) Offerors shall identify and explain any exception, deviation, or assumption to the solicitation terms and conditions and provide accompanying rationale. Offerors are cautioned that it is not the Government’s intent to incorporate the Offeror’s proposal in the resulting award. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration.



Discrepancies. If an Offeror believes that the requirements in these instructions contain an error, omission, or are otherwise unsound, the Offeror shall immediately notify the Contracting Officer in writing with supporting rationale as well as the remedies the Offeror is asking the Contracting Officer to consider as related to the omission or error. The Offeror is reminded that the Government reserves the right to award this effort based on the initial proposal, as received, without discussion.






  1. Period for acceptance of offer: Offeror agrees to hold prices for 60 calendar days from proposal due date.




  1. Contract award. The Government intends to evaluate offers and award a firm fixed- price 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 and waive informalities and minor irregularities in offers received.



The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services (Nov 2021) applies.



Addenda to the following paragraphs of FAR 52.212-2 are:






    1. 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:












      • Price: Award will be made to the lowest priced technically acceptable offeror.

      • Technical: quote must be rated as technically acceptable to be eligible for award. (Your quote package MUST clearly show and demonstrate your company’s ability to meet the stated requirements outlined in the performance work statement. Failure to provide enough information will result in a determination of quote being unresponsive to the solicitation.)

      • Past Performance: Offerors shall submit at least two (2) recent and relevant past performance work within the last three (3) years along with their proposal. (Provide Contract Number, Agency of performed work, brief description of the contracted services, and Agency’s Point of Contact (Email/Phone Number).









In order to be found technically acceptable the quote must demonstrate the contractor’s ability to provide the service as outlined in the Performance Work Statement (Attachment 2). The Program Manager will evaluate quotes to determine technical acceptability. It is a pass/fail basis. If a quote fails, it will be determined to be not technically acceptable.





In order to be found acceptable for past performance, past performance information included with the quote package must demonstrate a reasonable expectation that the offeror will successfully perform the required effort or the offeror’s performance records is unknown.



If based on the offeror’s performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort an unacceptable rating will be assigned. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror shall be determined unknown/neutral past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered acceptable. It is a pass/fail basis. If a quote fails, it will be determined to be unacceptable for past performance.





Quotes will be reviewed in sequence with the lowest priced offer being evaluated first. All offers will be evaluated on their proposed Total Price. If the initial lowest price is found to be technically acceptable and have acceptable past performance, award will be made to that vendor. Only one award will be made under this solicitation.






  1. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.





Offerors shall use the attached Solicitation – FA664823Q0039 (Attachment 1) to submit pricing on a firm fixed-price basis.





Offerors are required to complete the representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (DEC 2022) (included in Attachment 1) OR complete electronic annual representations and certifications at the System for Award Management https://www.sam.gov/SAM/.





Offerors are required to complete the representations found in the provision 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) (included in Attachment 1).





The clause at 52.212-4, Contract Terms and Conditions – Commercial Products and Commercial Services (DEC 2022), applies to this acquisition.





The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Products and Commercial Services (JUN 2023), applies to this acquisition.





Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow – Receipt and Acceptance (see website – https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com.





Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause.





All responsible small business organizations may submit a quote, which shall be considered.





List of Attachments:



Attachment 1 – Solicitation – FA664823Q0039 dated 21 July 2023



Attachment 2 – Hydrocartridge Services Performance Work Statement (PWS) dated 28 February 2023



Attachment 3 – Service Contract Act WD No 2015-4543 (6-30-23)


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • ADMINISTRATIVE ONLY NO REQUISITIONS 29050 CORAL SEA BLVD
  • HOMESTEAD AFB , FL 33039-1299
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Jul 21, 2023[Combined Synopsis/Solicitation (Original)] HYDROCARTRIDGE INSPECTION & MAINTENANCE SERVICES
Aug 4, 2023[Combined Synopsis/Solicitation (Updated)] HYDROCARTRIDGE INSPECTION & MAINTENANCE SERVICES

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >