Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2025 SAM #8574
SOLICITATION NOTICE

61 -- GENERATOR - MUNITIONS

Notice Date
5/16/2025 7:51:28 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
FA6606 439 CONF PK WESTOVER AFB MA 01022-1508 USA
 
ZIP Code
01022-1508
 
Solicitation Number
FA660625Q0015
 
Response Due
5/28/2025 11:00:00 AM
 
Archive Date
06/12/2025
 
Point of Contact
Rosalie M. Connelly, KYLE KALAGHER
 
E-Mail Address
rosalie.connelly.1@us.af.mil, KYLE.KALAGHER.1@US.AF.MIL
(rosalie.connelly.1@us.af.mil, KYLE.KALAGHER.1@US.AF.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
5/16/2025 RFI #2 GENERATOR � MUNITIONS Questions asked by vendors pertaining to Generator - Munitions Q.- Delivery is not listed on the requirements, please confirm if price should include delivery to destination. A - 439 MSG/CE, 250 Patriot Avenue, Westover ARB, MA 01022-1537 United States YES- Price should include price to destination Q - If quote is to be FOB destination, please confirm ship to address. A - 439 CE/CER, 250 Patriot Avenue, Westover ARB, Ma. 01022-1537 United States Q - Also, please confirm there is equipment onsite to offload (unloading from flatbed truck will require a forklift or crane) A - Base Supply has a vehicle ramp and generators should be on movable trailers. Additionally base supply has 15K Forklifts. 5/7/2025 RFI GENERATOR � MUNITIONS Questions asked by vendors pertaining to Generator - Munitions: Q. Does it have to be 50/60 hz or 60 hz only? A. It only needs to be 60Hz. Q. Is the minimum kW of 70 for emergency/backup (standby) or continuous operation (Prime)? A. It is for continuous operation when grid power is unavailable or unreliable for extended periods of time (i) This is a combined synopsis/solicitation for commercial items 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; Quotes are being requested and a written solicitation will not be issued. (ii) Solicitation number FA660625Q0015, is hereby issued as a Request for Quotes (RFQ) for a Portable Generator and Trailer. A contract will be issued without discussions as a Firm-Fixed Price (FFP) award utilizing FAR Part 13, Simplified Acquisition Procedures. (iii) This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2025-03 and the Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20250117, and Defense Air Force Federal Acquisition Regulation Supplement 20241016. It is the contractor's responsibility to become familiar with applicable provisions and clauses by visiting https://www.acquisition.gov/. (iv) This solicitation is a 100% small business set aside and is restricted to small businesses only in accordance with FAR 19.502-2(b). The North American Industry Classification System Code (NAICS) is 335312 � Generators and Generator Sets, Electrical; Small Business Size Standard is 1250 employees. (v) For Price and Technical Acceptability, the Vendor MUST provide: a. Unit & total price per CLIN as outlined in the attachment ""Solicitation CLIN Schedule b. A detailed quote meeting the minimal requirements listed in �Statement of Objectives (SOO) Generator Munitions� attached, including the Warranty description c. �FA660625Q0015 Clause Set� if applicable (vi) Description of Requirement: The vendor will provide proposed pricing for a Mobile 70 kW standby output generator. It must be a reliable power source as it is essential to support critical mission requirements, including: � Lighting and ventilation systems to maintain a safe working environment � Security systems, such as alarms and cameras, to prevent unauthorized access and ensure the security of personnel and assets � Communication systems, including radios and phones, to facilitate emergency response and coordination � Fire suppression systems to prevent and respond to fire. All minimal specifications are listed in �Statement of Objectives (SOO) Generator Munitions� attached. (vii) Acceptance is FOB destination: 439 MSG/CE, 250 Patriot Avenue, Westover ARB, MA 01022-1537 United States (viii) Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Quotes must include the following information: Pricing, Company Name & Address, Point of Contact, Telephone, Email, Cage Code, UEI Number, and Business Size. Unless already completed on SAM.gov as part of annual certifications, vendors MUST certify provision 52.204-24 and 52.204-26 by completing the attached PDF titled, �FA660625Q0015 Clause Set� and submit it with their Quote. Vendor Solicitation amendments, if any, need to be acknowledged. (ix) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. This requirement will be awarded on the basis of Lowest Price Technically Acceptable (LPTA): Price - Total evaluated price will be used and will be calculated by determining the sum of CLIN 0001. Technical Acceptability - Quotes will be evaluated on an acceptable or unacceptable basis. To receive an acceptable rating, vendors MUST provide detailed information in accordance with �Statement of Objectives (SOO) Generator Munitions� attached, including the Warranty duration and coverage. Failure to provide warranty information may result in disqualification. (x) Unless already completed on SAM.gov as part of annual certifications, Vendors MUST certify provision 52.212-3 - Offeror Representations and Certifications-Commercial Items by filling in the appropriate fields in attached PDF titled, �FA660625Q0015 Clause Set� and submitting with your Quote. (xi) Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii) IAW FAR 52.204-16, prospective awardees shall have an active Cage Code prior to award of a government contract. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/SAM/. All vendors interested and capable of obtaining contract award must be registered with the Wide Area Work Flow (WAWF) located at https://piee.eb.mil/piee-landing/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition. (xv) Quotes must be submitted via email no later than (NLT) 2:00 PM EDT Wednesday 28 May 2025 to rosalie.connelly.1@us.af.mil & kyle.kalagher.1@us.af.mil with ""Solicitation FA660625Q0015 "" in the subject line. Requests for Information (RFI) concerning this requirement must be submitted in writing to the email list above no later than 2:00 PM EDT Wednesday 21 May 2025. (xvi) Questions concerning this solicitation should be directed to rosalie.connelly.1@us.af.mil & kyle.kalagher.1@us.af.mil. Ensure to include the solicitation number �FA660625Q0015� in the subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/681a70aff6f547a8acb25ee6c513ffd5/view)
 
Place of Performance
Address: Chicopee, MA 01022, USA
Zip Code: 01022
Country: USA
 
Record
SN07446360-F 20250518/250516230049 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.