Federal Bid

Last Updated on 02 Aug 2021 at 3 PM
Combined Synopsis/Solicitation
Edwards California

Underground Storage Tank Inspection, Testing and Repair Services

Solicitation ID FA930121R0018
Posted Date 02 Aug 2021 at 3 PM
Archive Date 11 Sep 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa9301 Aftc Pzio
Agency Department Of Defense
Location Edwards California United states 93524

*****Notice to Vendor(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this Request for Proposal (RFP) until funds are available. The Government reserves the right to cancel this RFP, either before or after the closing date. In the event the Government cancels this RFP, the Government has no obligation to reimburse a vendor for any costs. *****

(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; proposals are being requested and a written solicitation will not be issued. The simplified Acquisition Procedures (FAR 13) will be used for requirement. Hereafter, this notice shall be titled "Solicitation."

(ii) Solicitation Number: FA9301-21-R-0018. This solicitation is issued as a RFP to offerors.

(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2021-05, effective 10 MAR 2021; and DPN 20210603, effective 03 JUNE 2021.

(iv) This is a set-aside (100%) for Small Business. The North American Industry Classification System (NAICS) code for this project is 237120 with a size standard of $39,500,000.

(v) Contract Line Item Number (CLIN) Nomenclature and Contract Structure: The solicitation and requirement is for an Indefinite Delivery Indefinite Quantity (IDIQ which has 0001 – 4003 CLINs structure (See attached SF1449). 

(vi) Contract Type: The anticipated contract type is Firm Fixed Priced Indefinite Delivery Indefinite Quantity (IDIQ).  It is anticipated that a single contract award will be issued.

(vii) Description of items to be acquired:   Underground Storage Tank Inspection, Testing and Repair Services – Edwards AFB (EAFB)

(viii) Location of service performance: Edwards AFB, CA 93524

 (ix) The provision at 52.212-1 "Instructions to Offerors -- Commercial" applies to this acquisition. Offers are due by 27 August 2021 at 11:00 PM Pacific Standard Time (PST) via electronic mail to Sabrina Swain [email protected] and Ricardo Leano at [email protected].

   (a) Addendum to the provision at FAR 52.212-1 "Instructions to Offerors -- Commercial":
1. Offerors shall submit a signed copy of the SF 1449 with the clauses and provisions filled out.

2. Offerors shall acknowledge all solicitation amendments.

3. Offerors shall include at least two (2) recent past performance work within the last five years in proposal.

4. Provide copies of certifications mentioned in the PWS Sections 4.2.2.1-4.2.2.2 and the Evaluation --- Commercial Items Addendum below.

                                                          (End of Addendum)

(x) The provision at FAR 52.212-2 "Evaluation -- Commercial Items" applies to this acquisition.

   (a) Addendum to the provision at FAR 52.212-2 "Evaluation -- Commercial Items": 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:
     (1) Technical capability of the item offered to meet the Government requirement of the PWS
     (2) Past performance (Provide Contract Number, Agency of performed work, and Agency’s Point of Contact (Email/Phone Number)
     (3) Price

     In the integrated assessment, upon which the award assessment will be made, Past Performance is of more importance than Price when being evaluated. Technical factor will be rated as Acceptable or Unacceptable.

   (b) BASIS FOR CONTRACT AWARD: This is a competitive solicitation using simplified acquisition procedures and Best Value in which competing offerors’ past and present performance history will be evaluated as more important than price.

By submission of its offer in accordance with the instructions provided in provision FAR 52.212-1 "Instructions to Offerors" the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, the model contract, and technical requirements, in addition to those identified as evaluation factors. All technically acceptable offers will be treated equally except for their prices and performance records. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows:

     (1) Technical Acceptability (Step 1) - Quotes must be rated as technically acceptable to be eligible for award. In order to be deemed technically acceptable, the following evaluation criteria must be met: Supply copies of the following: Contractor employees performing repairs on the UST systems shall have current California UST Service Technician certification issued by the International Code Council (ICC) and possess a current Tank Testers License or appropriate Contractors State License Board (CSLB) license to perform certification testing. All certification and licensing requirements by Federal, State, and local agencies shall be complied with at the contractor's expense.

Contractor employees performing the Designated Underground Storage Tank Operator inspections shall possess a current "California UST System Operator" certificate issued by the International Code Council (ICC) prior to performing work under this contract.

An offeror will be deemed Unacceptable if current certifications are not provided as specified herein.

     (2) Price Evaluation (Step 2) - Next, offerors will be ranked according to overall price. Included as part of the price evaluation is a review for price reasonableness. An offeror's proposed Total Price will be determined by as called for in the Performance Work Statement (PWS). Offerors whose total evaluated price is unreasonable, unbalanced, or unaffordable may be considered unacceptable and may be rejected on that basis. To reiterate for reasonableness the total evaluated price will be evaluated.

     (3) Past Performance (Step 3) – Provide at least two (2) recent past performance work within the last five years.
 

   Up to one award will be made under this solicitation. Awards will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers via e-mail; oral offers will not be accepted. All offerors must be registered with the System for Award Management (SAM).

   (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, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

                                                         (End of Addendum)

(xi) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer, or have a completed copy with their SAM.gov registration. If completed via SAM.gov, please state so within the Cover Letter.

Offerors shall include a completed copy of the provision at FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, with its offer.

(xii) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following changes:   Paragraph (c) of this clause is tailored as follows: “Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government..”

(xiii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this action. All applicable FAR, DFARS, and AFFARS clauses and provisions are contained in the model contract solicitation.

(xiv) Defense Priorities and Allocation System (DPAS): N/A

(xv) Proposal Submission Information: All questions or comments must be sent to Sabrina Swain at [email protected] and Ricardo Leano at [email protected] no later than 16 August 2021 at 11:00 AM PST. Offerors quotes are due by 27 August 2021 at 11:00 AM PST via electronic mail to Ms. Swain and Mr. Leano.

Bid Protests Not Available