Arizona Bids > Bid Detail

Industrial Wastewater Treatment Plant Filter Press Replacement

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 43 - Pumps and Compressors
Opps ID: NBD00159288619553662
Posted Date: Jun 13, 2023
Due Date: Jun 14, 2023
Solicitation No: FA487723QA268
Source: https://sam.gov/opp/57aa542800...
Follow
Industrial Wastewater Treatment Plant Filter Press Replacement
Active
Contract Opportunity
Notice ID
FA487723QA268
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
ACC
Office
FA4877 355 CONS PK
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-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Jun 12, 2023 03:48 pm PDT
  • Original Published Date: Jun 01, 2023 03:09 pm PDT
  • Updated Date Offers Due: Jun 14, 2023 12:00 pm PDT
  • Original Date Offers Due: Jun 14, 2023 12:00 pm PDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jun 29, 2023
  • Original Inactive Date: Jun 29, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4330 - CENTRIFUGALS, SEPARATORS, AND PRESSURE AND VACUUM FILTERS
  • NAICS Code:
    • 333998 - All Other Miscellaneous General Purpose Machinery Manufacturing
  • Place of Performance:
    Tucson , AZ 85707
    USA
Description

COMBO SYNOPSIS - SOLICITATION



Industrial Wastewater Treatment Plant Filter Press Procurement, Removal and Installation Services





(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the

format in FAR 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.



(ii) Solicitation FA4877-23-Q-A268 is issued as a Request for Quotation (RFQ).



(iii) The solicitation document and incorporated provisions and clauses are those in effect through

Federal Acquisition Circular 2023-03 effective 05/26/2023. The DFARS provisions and clauses are

those in effect to DPN 04/27/2023 effective 04/27/2023. The AFFARS provisions and clauses are those

in effect to AFAC 05/08/2023 effective 05/08/2023. The Wage Determination 2015-5473 Revision #19

Dated 12/27/2022 will be incorporated into the final contract award.



(iv) The associated North American Industrial Classification System (NAICS) code for this

procurement is 333988 with a small business size standard of 700 EMP. This requirement is issued as

a 100% small business set-aside.



(v) The contractor shall provide all tools, equipment, transportation, personnel, labor,

supervision, and management to procure, remove and install (1) Brand name or EQUAL Filter Press for

AMARG Industrial Wastewater Pre-Treatment Plant, Building (BLDG.) 83106, located on the Aerospace

Maintenance and Regeneration Group (AMARG) complex at Davis-Monthan Air Force Base (DMAFB), AZ in

accordance with the attached Performance Work Statement (PWS).



(vi) The government intends to award a firm-fixed price contract for Brand Name or EQUAL 630mm

(24") Type HCP-III Sperry “E” Filter Press AND associated support services as outlined in

Attachment 1 – CLIN Pricing Schedule, Attachment 2 - Salient Characterisitcs and Attachment 3

- Statement of Work.



(vii) Requested services shall be performed on-site at the 309 AMARG complex. All services must be

coordinated with the designated AMARG point of contact.



(viii) The proposed contract action will be fixed-firm price.



(ix) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Mar 2023) is hereby incorporated by

reference, with the same force and effect as if it were given in full text. The following have been

tailored to this procurement and are hereby added via addenda:



1. To assure timely and equitable evaluation of the proposal, the offeror must follow the

instructions contained herein. The pricing proposal must be complete, self-sufficient, and respond

directly to the requirements of this solicitation.



Technical Acceptability, at a minimum, is defined as providing procurement of a Brand Name or Equal

Filter Press and the ability provide removal and installation services of said newly

procured/provided Filter Press. An EQUAL product must meet the exact specifications outlined in the

attached Salient Characteristics in order to match the current plumbing configuration. The

Government intends to evaluate offers and award without discussion, but reserves the right to

conduct discussions. 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.





3. System for Award Management Registration.



(a) Definitions. As used in this provision—



“Data Universal Numbering System (DUNS) number” means the 9-digit number assigned by Dun and

Bradstreet, Inc. (D&B) to identify unique business entities.



“Data Universal Numbering System+4 (DUNS+4) number” means the DUNS number means the number assigned

by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no

affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the

discretion of the business concern to establish additional System for Award Management records for

identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for

the same concern.



“Registered in the System for Award Management (SAM) database” means that—



(1) The Offeror has entered all mandatory information, including the DUNS number or the DUNS+4

number, the Contractor and Government Entity (CAGE) code, as well as data required by the Federal

Funding Accountability and Transparency Act of 2006 (see Subpart 4.14), into the SAM database; and

(2) The offeror has completed the Core, Assertions, and Representations and Certification, and

Points of contact sections of the registration in the SAM database;



(3) The Government has validated all mandatory data fields, to include validation of the Taxpayer

Identification Number (TIN) with the Internal Revenue Service (IRS). The Offeror will be required

to provide consent for TIN validation to the Government as a part of the SAM registration process.



(4) The Government has marked the record “Active”. (b)

(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee

shall be registered in the SAM database prior to award, during performance, and through final

payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement

resulting from this solicitation.



(2) The offeror shall enter, in the block with its name and address on the cover page of its offer,

the annotation “DUNS” or “DUNS+4” followed by the DUNS or DUNS+4 number that identifies the

offeror’s name and address exactly as stated in the offer. The DUNS number will be used by the

Contracting Officer to verify that the offeror is registered in the SAM database.



(c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to

obtain one.



(1) An offeror may obtain a DUNS number—



(i) Via the internet at http://fedgov.dnb.com/webform or if the offeror does not have internet

access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or





(ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The

offeror should indicate that it is an offeror for a U.S. Government contract when contacting the

local Dun and Bradstreet office.



(2) The offeror should be prepared to provide the following information:



(i) Company legal business name.



(ii) Trade style, doing business, or other name by which your entity is commonly recognized.



(iii) Company physical street address, city, state and Zip Code.



(iv) Company mailing address, city, state and Zip Code (if separate from physical).



(v) Company telephone number.



(vi) Date the company was started.



(vii) Number of employees at your location.



(viii) Chief executive officer/key manager.



(ix) Line of business (industry).



(x) Company Headquarters name and address (reporting relationship within your entity).



(d) If the Offeror does not become registered in the SAM database in the time prescribed by the

Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful

registered Offeror.



(e) Processing time, which normally takes 48 hours, should be taken into consideration when

registering. Offerors who are not registered should consider applying for registration immediately

upon receipt of this solicitation.



(f) Offerors may obtain information on registration at https://www.acquisition.gov.



(x)FAR 52.212-2 Evaluation -- Commercial Items (Nov 2021) is hereby incorporated by reference, with

the same force and effect as if it were given in full text. The following have been tailored to

this procurement and are hereby added via addenda:



(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) Price;

(ii) Technical capability of providing Brand Name or EQUAL Filter Press and associated removal and

installation services which meets OEM specifications.





This will be a lowest price technically acceptable purchase.



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.



(xi)Each offeror shall include a completed copy of the provision at FAR 52.212-3 and Alternate I,

Offeror Representations and Certifications--Commercial Items (Dec 2022); or confirmation of

registration in www.sam.gov with access to complete Reps & Certs.





(xii)The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (Dec 2022), is

hereby incorporated by reference, with the same force and effect as if it were given in full text.



(xiii)The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or

Executive Orders – Commercial Items (Mar 2023), is hereby incorporated by reference, with the same

force and effect as if it were given in full text.



(xiv)52.252-1 -- Solicitation Provisions Incorporated by Reference. Solicitation Provisions

Incorporated by Reference (Feb 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same

force and effect as if they were given in full text. Upon request, the Contracting Officer will

make their full text available. The offeror is cautioned that the listed provisions may include

blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of

submitting the full text of those provisions, the offeror may identify the provision by paragraph

identifier and provide the appropriate information with its quotation or offer. Also, the full text

of a solicitation provision may be accessed electronically at this/these address(es):



www.acquisition.gov



**See COMBO Attachment for associated clauses.**





(xv)An optional site-visit will be held on Wednesday, 7 June 2023 at 1300, Arizona Local Time.

Interested parties whom would like to attend MUST notify the Points of Contact no later than (NLT)

Tuesday, 6 June 2023 by NOON to confirm attendance. Site visit attendees shall meet at the Davis-

Monthan Air Force Base Visitor’s Center outside of the Craycroft Road gate at no later than 1245 in

a non-commercial vehicle.



(xvii)Site Visit Procedures. In order to gain access to the installation, all site visit attendees

must bring current driver’s license identification, current vehicle registration, current vehicle

insurance, and personal social security number. Failure to meet or provide any of the items above

shall result in the denial of installation access and reschedule requests shall be denied.



(xviii) NOTICE TO ALL INTERESTED PARTIES: Any questions shall be submitted by Friday, 9 June 2023

at 10:00AM Pacific Standard Time to: 355th Contracting Squadron/PK- AMARG, Attn: Patricia Murray

and Rachelle Jenkins, via e-mail: patricia.murray.6@us.af.mil rachelle.jenkins.3@us.af.mil . An

amendment will be issued providing the Government’s answers to all questions received. Quotes are

due no later than NOON Pacific Standard Time on Wednesday, 14 June 2023; quotes shall include the

following:



a. Part 1- Technical Acceptability - Submit one (1) copy of technical capability narrative, limit

to 10 pages.

b. Part 2- Price – Submit one (1) copy of price schedule, limited to 10 pages.

c. Part 3- Representations And Certifications (Reps/Certs) – Submit IAW para (x) above



BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest

priced, technically acceptable offer.



(i)Quotations shall be submitted via email to Patricia Murray patricia.murray.6@us.af.mil and

Rachelle Jenkins rachelle.jenkins.3@us.af.mil For information regarding this solicitation, contact

Rachelle Jenkins at (520) 228-3598.



CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTS





Atch #: Item Description: Page(s):

1 CLIN Pricing Schedule 1

2 Salient Characteristics 2



3 SOW - Removal and Installation of a Filter Press 2

4 Industrial Wastewater Treatment Plant 6



5 Wage Determination 14


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • CP 520 228 3131 3180 S CRAYCROFT RD BLDG 2525
  • DAVIS MONTHAN AFB , AZ 85707-3522
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >