SOLICITATION NOTICE
Z -- 99 CES Reseal Windows and Frames
- Notice Date
- 8/13/2025 8:29:33 AM
- Notice Type
- Solicitation
- NAICS
- 238150
— Glass and Glazing Contractors
- Contracting Office
- FA4861 99 CONS LGC NELLIS AFB NV 89191-7063 USA
- ZIP Code
- 89191-7063
- Solicitation Number
- F3G3CE5184A001
- Response Due
- 8/18/2025 2:00:00 PM
- Archive Date
- 09/02/2025
- Point of Contact
- Valdez Casis, MSgt Christopher Rex
- E-Mail Address
-
valdez.casis.1@us.af.mil, christopher.rex.1@us.af.mil
(valdez.casis.1@us.af.mil, christopher.rex.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Amendment 2: Questions and Answers, see Attachement 6 Amendment 1: Please see Attachmment SOO Scope and description of work, CLIN breakdown is in the attached Combo Synopsis F3G3CE5184A001, and added Attachment 5 Tower Blueprint This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6, following FAR 13 Simplified Acquisition procedures, 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. The solicitation number is F3G3CE5184A001. This solicitation is issued as a Request for Proposal (RFP). A Firm Fixed Price type contract will be awarded. 2. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04, effective 11 June 2025. 3. This combined synopsis/solicitation is being issued as a Total Small Business set-aside, and the associated NAICS code is 238150- Window pane or sheet installation, Small Business Size Standard $19M. 4. Offerors shall provide a completed proposal. The CLIN breakdown is in the attached Combo Synopsis F3G3CE5184A001. 5. DESCRIPTION OF SERVICES: The Contractor shall provide all labor, equipment, material, transportation, administration, supervision and all else necessary to perform all operations in connection with successfully completing the resealing and window replacement located at building 2064 (Air Traffic Control Tower), Nellis AFB, Nevada. PLEASE SEE �Attachment 1 � SOO � Reseal 72 windows & Frames BLDG 2064 Nellis AFB Air Traffic Control Tower� FOR MORE INFORMATION. 6. Period of Performance: 45 Days ADC. 7. Place of Performance: Nellis AFB, NV 8. Inspection and Acceptance: FOB Destination 9. Site visit: 05 August 2025 @ 1:00 PM PDT. Attendees must be at the meet-up location at Nellis AFB Visitor�s Center by 11:30 AM PDT to attend the 1:00 PM site visit. All vendors must RSVP by submitting Attachment 2- Nellis AFB� Mass Pass Request Form to MSgt Christopher J Rex via email at christopher.rex.1@us.af.mil or Valdez C Casis via email valdez.casis.1@us.af.mil (Please see Attachment 2 � Nellis AFB� Mass Pass Request Form). , no later than Friday 01 August 2025, 3:00 PM PDT. No more than two (2) representatives per company may attend. If information is not correctly submitted by the deadline, the company cannot attend. Questions arising from the Site Visit, shall be asked, in writing, and sent no later than Friday 08 August 2025 @ 10:00 AM PDT. Questions submitted after the aforementioned cut off date will not be reviewed or answered. Questions shall be submitted directly to MSgt Christopher J Rex via email at christopher.rex.1@us.af.mil or Valdez C Casis via email valdez.casis.1@us.af.mil. All responses to questions will be posted to SAM.gov for viewing. FAR 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services (Mar 2023) REQUIREMENTS. All quotes shall include the following minimum information: Product Specifications, CAGE Code, SAM Unique Entity ID, Taxpayer I.D. No., Payment Terms, Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. IAW FAR 52.204-7 and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the System for Award Management (SAM) database prior to contract award. Lack of SAM registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at http://www.sam.gov.com to register. To ensure your quote along with any and all attachments are received, attachment(s) must be less than 10 MB [in total]. It is the responsibility of the offeror to contact the government to confirm receipt of the quote prior to the offer due date and time. (1) FAR 52.212-1, paragraph (b)(8), is changed to read: (8) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (2) FAR 52.212-1, paragraph (c), is changed to read: (c) Period for acceptance of offers. The offeror agrees to hold prices in its offer firm for 90 calendar days from the date specified for receipt of offers. (3) To be considered for this requirement, the offer must complete the Price Sheet. Fully complete the pricing on each CLIN as required. The contractor shall fill out a unit price, the extended price and a total price for all CLINs. Please ensure that all prices, extended prices and total prices are checked and verified for accuracy. DO NOT exceed two digits after the decimal point. (4) In accordance with FAR Part 9, Contractor Qualifications, the Government has a right to retrieve past performance information through the Government�s past performance databases, Federal Awardee Performance Integrity Information System (FAPIIS) and Past Performance Information Retrieval System (PPIRS). Any active exclusions will deem the contractor non-responsible; therefore, the offeror will not be eligible for contract award. An offeror determined to have an unsatisfactory performance record will be determined non-responsible, therefore, the offeror will not be eligible for contract award. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. QUESTIONS DUE DATE. Questions arising from the Site Visit, shall be asked, in writing, and sent no later than 08 August @ 10:00 AM PDT. OFFER DUE DATE. Offers are due on Monday, 18 August 2025 at 2:00PM PDT. Only electronic offers submitted via email will be considered for this requirement. Acceptable proposal formats include Adobe PDF, Excel and Microsoft Word, all other formats cannot be opened and will be considered nonresponsive. Submit questions and offers to MSgt Christopher J Rex via email at christopher.rex.1@us.af.mil and Valdez C Casis via email valdez.casis.1@us.af.mil. Please include the solicitation number, F3G3CE4347A001, in the subject line of the email to ensure prompt receipt of your offer. (End of Provision) DELIVERABLES: At a minimum, Offerors shall provide a Technical Proposal outlining pricing and how the work will be accomplished in accordance with the SOO. 52.212-2, Evaluation � Commercial Items (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: Factor 1 � Price Factor 2 � Technical Award will be given to the Offeror whose Acceptable Technical Proposal represents the Best Value to the Government. Best Value will be determined by the Lowest Priced Technically Acceptable offer. Offers will be rated by Total Evaluated Price (TEP) and then by technical acceptability. The Government will begin the technical evaluations with the lowest priced offer. Once a lowest priced, technically acceptable offer is identified, evaluations will cease. Factor 1 � Price. The Government will evaluate an offer�s total evaluated price submitted on Attachment 2 � Price sheet. If only one offer is received, the Government may use various price analysis techniques and procedures to ensure a fair, reasonable, and realistic price. It is expected that the competitive nature of this acquisition will drive price reasonableness and fairness. Factor 2 � Technical. Technical acceptability will be determined on an Acceptable or Unacceptable basis. Reference all applicable specifications and include a Safety Data Sheet (SDS) identifying the specific type of sealant used. To be determined technically acceptable the contractor shall provide an offer that clearly meets the requirements of the Solicitation and the Performance Work Statement. Technical Acceptable/Unacceptable Ratings: Rating Description Acceptable The proposal clearly demonstrates a thorough understanding of the requirements and describes an approach to demonstrating how the tasks will be accomplished in accordance with the outlined services summary table in the Statement of Objectives. Unacceptable The proposal does not demonstrate an understanding of the requirement. A demonstration of how the tasks will be accomplished is not clearly defined. The Government intends to evaluate proposals and award one (1) contract without discussions with offerors. Therefore, the offeror�s initial proposal shall contain the offeror�s best terms. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. A written notice of award or acceptance of an offer shall result in a binding contract utilizing the offeror�s Acceptable proposal. FAR 52.252-1 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): http://www.acquisition.gov/ (End of clause) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/ (End of clause) PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE FAR 52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.212-3 - Offeror Representations and Certifications�Commercial Products and Commercial Services (Mar 2025)(DEVIATION 2025-O0003 and 2025-O0004) FAR 52.212-4 - Contract Terms and Conditions�Commercial Products and Commercial Services (Dec 2022) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services (Mar 2025)(DEVIATION 2025-O0003 and 2025-O0004) FAR 52.219-1 - Small Business Program Representations (Mar 2023) DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006 - Wide Area Workflow Payment Instructions (Jan 2023) AFFARS 5352.201-9101 - Ombudsman (Oct 2019) AFFARS 5352.242-9000 - Contractor Access to Air Force Installations (Oct 2019) List of Attachments Attachment 1 � SOO � Reseal 72 windows & Frames BLDG 2064 Nellis AFB Air Traffic Control Tower Attachment 2- Nellis AFB� Mass Pass Request Form Attachment 3 � Price sheet� Reseal 72 windows & Frames BLDG 2064 Nellis AFB Air Traffic Control Tower Attachment 4 � Wage Determination No. 2015-5593, Revision 29, Date 07/08/202 Attachment 5 � Tower Blueprint
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c21d1bce110041fc87a7f15d436c6cba/view)
- Place of Performance
- Address: Nellis AFB, NV 89191, USA
- Zip Code: 89191
- Country: USA
- Zip Code: 89191
- Record
- SN07549122-F 20250815/250813230049 (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 |