SOLICITATION NOTICE
J -- UPS Battery Removal and Disposal
- Notice Date
- 5/15/2025 9:47:35 AM
- Notice Type
- Solicitation
- NAICS
- 811210
—
- Contracting Office
- FA4877 355 CONS PK DAVIS MONTHAN AFB AZ 85707-3522 USA
- ZIP Code
- 85707-3522
- Solicitation Number
- FA487725QA328
- Response Due
- 5/27/2025 11:00:00 AM
- Archive Date
- 06/11/2025
- Point of Contact
- Andrew Johnson, Phone: 5202283038, Joshua Miao, Phone: 5202283038
- E-Mail Address
-
Andrew.johnson.162@us.af.mil, joshua.miao.1@us.af.mil
(Andrew.johnson.162@us.af.mil, joshua.miao.1@us.af.mil)
- Small Business Set-Aside
- WOSB SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- Description
- RFQ FA487725QA243 FY25 Davis-Monthan UPS Battery Removal and Disposal i. Solicitation FA4877?25-25-Q-A-328 is issued as a Request for Quotation (RFQ). ii. This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2025-02, effective 3 Jan 2025, DFARS provisions and clauses, effective 18 Dec 2024, and DAFFARS provisions and clauses, effective 16 Oct 2024. iii. This procurement is being issued as a Women Owned Small Business (WOSB) Program Set-Aside. The North American Industry Classification System Code is 811210 with a size standard of $34 Million Dollars. iv. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. v. Davis?Monthan Air Force Base intends to issue a firm?fixed price purchase order for the following: CLIN 001: Davis-Monthan UPS Battery Removal and Disposal vi. Shipping/Delivery Type: FOB � Destination vii. The government will issue a purchase order to the offeror whose quote meets lowest price and technical capability. Technical acceptability is defined and referred to within this solicitation document as the offeror�s capability statement to meet defined products within Salient Characteristics document. See FAR Clause 52.212-2 Evaluation � Commercial Products and Commercial Services (Nov 2021) under section xiii for further details. viii. Important Dates/Times: a. A site visit will be held 20 May 2025, 2:00 PM MST a. All questions must be submitted via email no later than 22 May 2025, 2:00 PM EST b. All quotes must be submitted via email no later than 27 May 2025, 2:00 PM EST ix. It is the responsibility of the offeror to review the posting for any changes or amendments that may occur concerning this RFQ. x. It is the responsibility of the offeror to ensure all quotes and/or questions are submitted no later than the specified due date. xi. Point of Contacts: a. Primary: Andrew Johnson, andrew.johnson.162@us.af.mil, (520) 228-3038 b. Alternate: Joshua Miao, joshua.miao.1@us.af.mil (520)-228-3038 xii. Attachments Attachment 1 � Pima County Wage Determination Attachment 2- Statment of Objectives (SOO) Attachment 3 � Provisions & Clauses xiii. Real ID Requirement. Beginning May 7, 2025, Davis Monthan Air Force Base will require all visitors seeking base access to possess a REAL ID in accordance with the REAL ID Act of 2005 and DoD Manual 5200.08 Vol 3, Physical Security Program: Access: to DoD Installations .Federal installations, including Davis-Monthan AFB, will no longer accept non-marked state-issued identification cards after May 6, 2025. As mandated by the Department of Homeland Security (DHS), state-issued licenses and identification cards must include a REAL ID-compliant marking�star markings, �Enhanced� verbiage, etc.�indicating adherence to federal standards. Enhanced Driver�s Licenses (EDLs) issued by Washington, Michigan, Minnesota, New York and Vermont are also acceptable for federal purposes. Although most EDLs do not contain the REAL ID star marking, they meet DHS criteria for access. To obtain a REAL ID, individuals must visit their state�s driver licensing agency website for documentation requirements. At a minimum, applicants must provide proof of full legal name, date of birth, Social Security number, two proofs of address and lawful status. States may impose additional requirements. Minors under 18 years of age are not required to present REAL ID-compliant credentials for travel or base access, but their accompanying adult must be compliant. Individuals issued a �LIMITED-TERM� REAL ID�commonly non-citizens with documentation such as a Permanent Resident Card, visa, or employment authorization�must present the same documentation when requesting access to DMAFB. Common REAL ID-compliant credentials include U.S. passports, permanent resident cards and other identification approved under DODM5200.08v3. Current Defense Biometric Identification System (DBIDS) badges are not impacted by this change. However, new or replacement DBIDS badges will only be issued upon presentation of REAL ID-compliant credentials. When screening visitors for DBIDS Contractor Badges and EAL sponsorship visitation requests, it is the direct responsibility of the DoD-affiliated sponsor to verify that the personnel they are requesting badging or visitation for are REAL ID compliant. For DBIDS contractors, Visitor Control Center badging personnel will confirm contractors� REAL ID compliance when they come to receive their DBIDS badge. Security Forces personnel will verify visitors� driver�s licenses and identification cards to ensure REAL ID compliance is met. Non-compliance will result in immediate denial to the installation until REAL ID compliance is met. Security Forces entry controllers will verify REAL ID compliance of visitors when verifying their credentials with Entry Authorization Lists. Non-compliance will result in immediate denial to the installation until REAL ID compliance is met. For more information on REAL ID compliance and requirements, visit www.dhs.gov/real-id. For questions regarding access to Davis-Monthan AFB, contact the 355th Security Forces Squadron Pass and Badge Office at 520-228-3224. (End of requirement) xiv.. FAR 52.212-1 Instructions to Offerors is incorporated by reference within the attached Provisions & Clauses document. Please refer to Acquisition.Gov for full text. Quote submission must include, at minimum, those outlined in FAR 52.212-1 as well as a projected delivery timeline. xv. FAR 52.212-2 Evaluation -- Commercial Products and Commercial Services (Nov 2021) (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 product offered to meet the Government requirement; (ii) price 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. This will be a lowest price technically acceptable purchase. Technical acceptability � at a minimum � will consist of meeting all characteristics, including those above and all items listed in Attachment 1 � Pima Wage Determination. Attachment 2- Statement of Objectives (SOO) (b) Options. Not Applicable to this requirement. (c) 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. (End of Provision) xvi. DAFFARS 5352.201-101 ACC OMBUDSMAN (JUL 2023) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/FLDCOM/DRU/DAFRCO ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/FLDCOM/DRU ombudsman level, may be brought by the interested party for further consideration to the Department of the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer. (End of clause) xvii. DAFFARS 5352.223-9000 ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (JUN 2024) (a) Contractors shall not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order. (b) For the purposes of Departmet of the Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Department of the Air Force definition of a Class I ODS.] (End of clause)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ff2e41e960c3438b9964c36d61fb73e3/view)
- Place of Performance
- Address: Tucson, AZ 85707, USA
- Zip Code: 85707
- Country: USA
- Zip Code: 85707
- Record
- SN07444389-F 20250517/250515230047 (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 |