SOLICITATION NOTICE
J -- AFRL/RQ Fire Suppression Maintenance and Repair Services
- Notice Date
- 5/30/2025 8:16:51 AM
- Notice Type
- Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- FA2396 USAF AFMC AFRL PZL AFRL PZLE WRIGHT PATTERSON AFB OH 45433-7541 USA
- ZIP Code
- 45433-7541
- Solicitation Number
- COMBO-AFRL-PZLEQ-2025-0013
- Response Due
- 6/18/2025 2:00:00 PM
- Archive Date
- 07/03/2025
- Point of Contact
- Jason Sav
- E-Mail Address
-
jason.sav@us.af.mil
(jason.sav@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- GENERAL STATEMENT: This is a combined synopsis/solicitation for commercial items issued by the Air Force Research Laboratory/PZLEQ, Wright-Patterson Air Force Base, Ohio. This announcement constitutes the only solicitation being issued for the requirement described herein. SOLICITATION INFORMATION Solicitation Number: COMBO-AFRL-PZLEQ-2025-0013 [X] Request for Quotation (RFQ) [ ] Request for Proposal (RFP) [ ] Invitation for Bid (IFB) REGULATION IDENTIFICATION: This solicitation and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03 Effective 17 Jan 2025 NOTICE OF SMALL BUSINESS SET-ASIDE: Set-aside Type: Total Small Business Set Aside NAICS Size Standard: 561210 LISTING/DESCRIPTION OF ITEMS: Base Year: August 6, 2025 � August 5, 2026 Option Year 1: August 6, 2026 � August 5, 2027 Option Year 2: August 6, 2027 � August 5, 2028 Option Year 3: August 6, 2028 � August 5, 2029 Option Year 4: August 6, 2029 � August 5, 2030 CLIN # Contract Type DESCRIPTION QTY UNIT 1000 Firm Fixed Price Routine Maintenance in Accordance with PWS 12 Months 1001 Firm Fixed Price Routine Maintenance in Accordance with PWS (Option Year 1) 12 Months 1002 Firm Fixed Price Routine Maintenance in Accordance with PWS (Option Year 2) 12 Months 1003 Firm Fixed Price Routine Maintenance in Accordance with PWS (Option Year 3) 12 Months 1004 Firm Fixed Price Routine Maintenance in Accordance with PWS (Option Year 4) 12 Months 2000 Time & Material Emergency Repairs and CO2 Refills in Accordance with attached PWS 12 Months 2001 Time & Material Emergency Repairs and CO2 Refills in Accordance with attached PWS (Option Year 1) 12 Months 2002 Time & Material Emergency Repairs and CO2 Refills in Accordance with attached PWS (Option Year 2) 12 Months 2003 Time & Material Emergency Repairs and CO2 Refills in Accordance with attached PWS (Option Year 3) 12 Months 2004 Time & Material Emergency Repairs and CO2 Refills in Accordance with attached PWS (Option Year 4) 12 Months Each submission shall include the below table, completed to correspond with the offeror�s proposal. The highlighted portions in the table indicate the necessary inputs. To assist, a Pricing Spreadsheet is included in the combined synopsis / solicitation. Price will be evaluated based upon the summation of CLINs above. The T&M CLINs (2000, 2001, 2002, 2003, and 2004) will be evaluated based upon the below estimated material costs and estimated labor hours: CLIN 2000 � Material Costs of $11,400.00 and labor hours of 9.5 hours (Please provide own breakdown of labor categories to be used where highlighted in table.) CLIN 2001 � Material Costs of $11,400.00 and labor hours of 9.5 hours (Please provide own breakdown of labor categories to be used where highlighted in table.) CLIN 2002 � Material Costs of $11,400.00 and labor hours of 9.5 hours (Please provide own breakdown of labor categories to be used where highlighted in table.) CLIN 2003 � Material Costs of $11,400.00 and labor hours of 9.5 hours (Please provide own breakdown of labor categories to be used where highlighted in table.) CLIN 2004 � Material Costs of $11,400.00 and labor hours of 9.5 hours (Please provide own breakdown of labor categories to be used where highlighted in table.) ADDITIONAL REQUIREMENTS: (1) Offeror shall include all warranty requirements and documentation with quote. (2) Offerors shall identify quote validity. DELIVERY INFORMATION: FOB: [X] Destination [ ] Origin Place of Delivery: Different Buildings at Wright-Patterson AFB. Specific building information can be found in Paragraph 2 and 16(b) of the attached PWS. Requested Date of Delivery: August 6, 2025 � August 5, 2030 INSTRUCTIONS TO OFFERORS: The provision at FAR 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services (Sep 2023), applies to this acquisition. Addenda: N/A In addition to above, submissions shall include the RFQ reference number, POC information for the offeror�s principal points of contact (both technical and contractual), the offeror�s CAGE code, and the business size for the NAICS code identified in the RFQ. EVALUATION OF OFFERS: The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services (Nov 2021), will be used to evaluate quotes received. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote 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: (Lowest Price Technically Acceptable or Price Trade-Off) (1) Price (2) Technical Acceptability (a) In order for this quote to be considered �Technically Acceptable� it must meet all specification requirements identified in the PWS. Offerors shall assume that the Government has no prior knowledge of its facilities, capabilities, and experience and will base the evaluation solely on the information presented in the Offeror�s proposal. The Government reserves the right to award all, some, or none, of the items listed in this solicitation. The Government reserves the right to resolicit if results garner only one qualifying quote, if it�s determined to be in the best interests of the Government. OFFEROR REPRESENTATIONS AND CERTIFICATIONS: Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (May 2024), with your quote. If offeror has completed annual representations and certifications in System for Award Management (SAM), then only paragraph (b) needs to be submitted with quote. If offeror has not completed annual representations and certifications in SAM then paragraphs (c-v) need to be submitted. CONTRACT TERMS & CONDITIONS: The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services (Nov 2023), applies to this acquisition. Addenda: N/A REQUIRED TERMS & CONDITIONS TO IMPLEMENT STATUTES OR ORDERS: The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Products and Commercial Services (Jan 2025), applies to this acquisition. The following clauses are incorporated via paragraph (a) and considered applicable to this acquisition: Clause Number Clause Title FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab Covered Entities FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.219-6 Notice of Total Small Business Set Aside FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-1 Buy American--Supplies FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer- System for Award Management FAR 52.232-40 Providing Accelerated payments to Small Business Subcontractors FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim The following clauses are incorporated via paragraph (b) and considered applicable to this acquisition: Clause Number Clause Title F-AR 52.204-27 Prohibition on a ByteDance Covered Application FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-6 Notice of Total Small Business Set Aside FAR 52.219-7 Notice of Partial Small Business Set Aside FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Equal Opportunity for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans FAR 52.222-41 Service Contract Labor Standards FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.222-50 Combating Trafficking in Persons FAR 52.222-54 Employment Eligibility Verification FAR 52-222-55 Minimum Wage for Contractor Workers Under Executive Order 14026 FAR 52.222-62 Paid Sick Leave Under Executive Order 13706 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-1 Buy American--Supplies FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (In all solicitations and contracts) FAR 52.232-33 Payment by Electronic Funds Transfer- System for Award Management FAR 52.240-1 Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (In all solicitations and contracts) ADDITIONAL CONTRACT REQUIREMENTS: All employees that perform work on this contract are subject to the prevailing wage rate according to locale where service is performed, as contained in wage determination 2015-4731 Revision 26 (Published May 8, 2025*, located at: https://sam.gov/wage-determination Additional provisions and clauses applicable to this requirement: Type Number Title Clause FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements Provision FAR 52.204-7 System for Award Management Provision FAR 52.204-8 Annual Representations and Certifications Clause FAR 52.204-13 System for Award Management Maintenance Clause FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment Clause FAR 52.232-39 Unenforceability of Unauthorized Obligations Clause FAR 52.232-40 Providing Accelerated payments to Small Business Subcontractors Clause FAR 52.245-1 Government Property Clause FAR 52.245-9 Use and Charges Clause FAR 52.246-16 Responsibility for Supplies Clause FAR 52.247-34 F.O.B. Destination Provision FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in Text) - https://www.acquisition.gov/ Clause FAR 52.252-2 Contract Clauses Incorporated by Reference (Fill-in Text) - https://www.acquisition.gov/ Clause DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Clause DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Provision DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Clause DFARS 252.204-7003 Control of Government Personnel Work Product Provision DFARS 252.204-7004, Alt A, System for Award Management Alternate A Provision DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls Clause DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting Provision DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements Clause DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements Clause DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support Clause DFARS 252.211-7007 Reporting of Government-Furnished Property Clause DFARS 252.225-7001 Buy American and Balance of Payments Program Clause DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Clause DFARS 252.225-7048 Export-Controlled Items Clause DFARS 252.232-7003 Electronic Submission of Payment Requests Clause DFARS 252.232-7006 Wide Area Workflow Payment Instructions Clause DFARS 252.232-7010 Levies on Contract Payments Clause DFARS 252.225-7012 Preference for Certain Domestic Commodities Clause DFARS 252.243-7001 Pricing of Contract Modifications Clause DFARS 252.244-7000 Subcontracts for Commercial Items Clause AFFARS 5352.201-9101 Ombudsman (Fill-in Text) Ombudsman: AFRL/PK Director Alternate Ombudsman: AFRL/PK Deputy Director 1864 Fourth St Wright-Patterson AFB OH 45433-7130 937-904-9700 Afrl.pk.workflow@us.af.mil DPAS APPLICABILITY: This requirement is not applicable to the Defense Priorities and Allocations System (DPAS). SOLICITATION CLOSING INFORMATION: Quotes are due by: 18 June 2025, @ 5:00 PM ET. Quotes must be received by the closing date stated above. Submit quotes by email. POINT OF CONTACT: The point of contact for this acquisition for any questions and for submission of quotes is: Name: Jason B. Sav Title: Contract Specialist Email: jason.sav@us.af.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4209aa1b38e146249eb3d64fc61344c2/view)
- Place of Performance
- Address: Wright Patterson AFB, OH 45433, USA
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN07461034-F 20250601/250530230046 (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 |