Arizona Bids > Bid Detail

Car Wash Preventative Maintenance Services

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159607041634848
Posted Date: Nov 15, 2022
Due Date: Nov 17, 2022
Solicitation No: FA487723QA067
Source: https://sam.gov/opp/9882bada7c...
Follow
Car Wash Preventative Maintenance Services
Active
Contract Opportunity
Notice ID
FA487723QA067
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Nov 15, 2022 10:14 am MST
  • Original Published Date: Nov 10, 2022 01:55 pm MST
  • Updated Date Offers Due: Nov 17, 2022 10:00 am MST
  • Original Date Offers Due: Nov 17, 2022 10:00 am MST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Dec 02, 2022
  • Original Inactive Date: Dec 02, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: H979 - OTHER QC/TEST/INSPECT- CLEANING EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 811192 - Car Washes
  • Place of Performance:
    AZ 85707
    USA
Description

COMBO SYNOPSIS - SOLICITATION



VEHICLE WASH RACK PREVENTATIVE MAINTENANCE






  1. 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.






  1. Solicitation FA4877-23-Q-A067 is issued as a Request for Quotation (RFQ).






  1. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08 effective 10/28/2022. The DFARS provisions and clauses are those in effect to DPN 09/29/2022 effective 09/29/2022. The AFFARS provisions and clauses are those in effect to AFAC 07/01/2022 effective 07/01/2022. The Wage Determination 2015-5473 Revision #18 Dated 09/01/2022 will be incorporated into the final contract award.






  1. The associated North American Industrial Classification System (NAICS) code for this procurement is 811192 with a small business size standard of $8M. This requirement is issued as a 100% small business set-aside.






  1. The contractor shall provide all tools, equipment, materials, personnel, labor, supervision, management, and transportation to perform monthly preventative maintenance and repair on the 309 AMARG wash rack equipment located at Bldg. 7336 on Davis-Monthan AFB, AZ in accordance with the PWS.






  1. The government intends to award a firm-fixed price contract for the support services on as outlined in Attachment 1 – CLIN Pricing Schedule.






  1. Requested services shall be performed on-site at the 309 AMARG complex. All services must be coordinated with the designated AMARG point of contact.






  1. FAR 52.212-1 Instructions to Offerors -- 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:





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 services that meets original manufacturer specifications for noted equipment and ability to meet the required schedule. 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;






  1. 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.






  1. 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.






  1. 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.






  1. 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—












      1. 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














      1. 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.












    1. The offeror should be prepared to provide the following information:












      1. Company legal business name.














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














      1. Company physical street address, city, state and Zip Code.














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














      1. Company telephone number.














      1. Date the company was started.














      1. Number of employees at your location.














      1. Chief executive officer/key manager.














      1. Line of business (industry).














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










  1. 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.






  1. 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.






  1. Offerors may obtain information on registration at https://www.acquisition.gov.






  1. 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:








    1. 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. Price;

      2. Technical capability of providing maintenance 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.






  1. Each offeror shall include a completed copy of the provision at FAR 52.212-3 and Alternate I, Offeror Representations and Certifications--Commercial Items (Oct 2022); or confirmation of registration in www.sam.gov with access to complete Reps & Certs.






  1. The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (Nov 2021), is hereby incorporated by reference, with the same force and effect as if it were given in full text.






  1. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders – Commercial Items (Oct 2022), is hereby incorporated by reference, with the same force and effect as if it were given in full text.






  1. 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



Additionally, the following clauses and provisions apply to this acquisition:



**See Attached COMBO document for table of clauses.






  1. NOTICE TO ALL INTERESTED PARTIES: Any questions shall be submitted by Thursday, 17 November 2022 at 10:00AM Mountain Standard Time to: 355th Contracting Squadron/PK-AMARG, Attn: Rachelle Jenkins, via e-mail: rachelle.jenkins.3@us.af.mil . An amendment will be issued providing the Government’s answers all questions received. Quotes are due no later than NOON Pacific Standard Time on Wednesday, 23 November 2022; quotes shall include the following:






  1. Part 1- Technical Acceptability - Submit one (1) copy of technical capability narrative, limit to 10 pages.

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

  3. 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.






  1. Quotations shall be submitted to Rachelle Jenkins via email 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



3



2



PWS Wash Rack Maintenance



6



3



Wage Determination



11



4



Washrack Equipment Listing



1






Attachments/Links
Contact Information
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 >