SOLICITATION NOTICE
J -- Maintenance and Repair of Hoods and Ducts Systems
- Notice Date
- 9/8/2025 1:37:09 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Solicitation Number
- FA930125Q0026
- Response Due
- 10/7/2025 1:00:00 PM
- Archive Date
- 10/22/2025
- Point of Contact
- Stacey Stuart, Suzanna Kussman
- E-Mail Address
-
stacey.stuart@us.af.mil, suzanna.kussman@us.af.mil
(stacey.stuart@us.af.mil, suzanna.kussman@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- *****Notice to Vendor(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this Request for Quote (RFQ) until funds are available. The Government reserves the right to cancel this RFQ, either before or after the closing date. In the event the Government cancels this RFQ, 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. Commercial Items (FAR 12) and Simplified Acquisition Procedures (FAR 13) will be used for this requirement. Hereafter, this notice shall be titled ""Solicitation."" (ii) Solicitation Number: FA930125Q0026. This solicitation is issued as a Request for Quote (RFQ) to offerors. Please review all solicitation documentation for complete instructions and requirement information. (iii) Defense Priorities and Allocation System (DPAS): N/A (iv) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2025-05, effective 7 Aug 2025; and DPN 20250825. (v) This is a 100% Total Small Business Set aside. The North American Industry Classification System (NAICS) code for this project is 561210 with a size standard of $47,000,000.00. (vi) Contract Line Item Number (CLIN) Nomenclature and Contract Structure: Please review Attachment 1 - Model Contract for detailed CLIN structure. (vii) Contract Type: The anticipated contract type is Firm Fixed-Price, Option Year Contract. It is anticipated that one award will be issued. (viii) Description of services to be acquired: The contractor shall provide all labor, equipment, tools, materials, parts, supervision, and other items necessary to perform hood and ducts systems cleaning at Edwards AFB, CA food service facilities as defined in the Statement of Work (SOW). All Contractor personnel performing work shall be trained, qualified, and certified in accordance with (IAW) National Fire Protection Association (NFPA) 96, Cleaning of Exhaust Systems, Chapter 11, paragraph 11.6.1. and the International Kitchen Exhaust Cleaning Association (IKECA) standards. ***For additional details please see SOW (Attachment 2) (ix) Location of requirement: Edwards AFB, CA 93524 (x) Period of Performance: 5 years, 1 base year and 4 option years. (xi) Applicable FAR, DFARS, and DAFFARS provisions and clauses are posted within the with the Solicitation Model Contract. 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 proposal/quote. 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. FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, and FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and any addenda to the clause. INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: https://www.acquisition.gov. TO REGISTER WITH SYSTEM FOR AWARD MANAGEMENT (SAM), GO TO URL: https://www.Sam.gov/. (xii) The provision at 52.212-1 ""Instructions to Offerors -- Commercial"" applies to this acquisition. Addendum to the provision at FAR 52.212-1 ""Instructions to Offerors -- Commercial"": 1) Vendors shall complete all portions of SF 1449 blocks 12, 17a, 26, 30a, 30b, and 30c. In doing so, the offeror agrees to the contract terms and conditions as written in the Model Contract, with attachments. Additionally, offerors shall fill in the Unit Price and Amount sections for CLINs 0001 through 4004. The Total Price (all five years) shall be stated by the offeror in Block #26 on page 1 of the SF 1449 Model Contract. 2) Cover Letter - offerors are to provide a cover letter with all required information specified within the provision at FAR 52.212-1(b)(1) thru (11) as applicable (See link: https://www.acquisition.gov/far/part-52#FAR_52_212_1). If a section does not apply to an offeror, simply state ""N/A."" Offerors are permitted to provide additional information on your company that you deem relevant to this acquisition. Lastly, offerors are to provide their CAGE Code within the cover letter and shall state a validity period of at least 45 days after submittal. 3) Page Limitations - Offerors cover letter shall be no more than 3 pages in length. The Price submission has no page limitation. (End of Addendum) (xiii) The provision at FAR 52.212-2 ""Evaluation -- Commercial Items"" applies to this acquisition. Addendum to the provision at FAR 52.212-2 ""Evaluation -- Commercial Items"": (a) The Government will award a contract resulting from this solicitation to the responsible contractor whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Evaluation will be conducted IAW FAR 52.212-2 and FAR 13.106-2. The following factors shall be used to evaluate responses: (1) Price (2) Technical Acceptability (3) Past Performance (b) BASIS FOR CONTRACT AWARD: This simplified acquisition is being issued on a Best Value basis. 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. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: Price Evaluation. The agency will first rank quotations according to price, from lowest to highest, and will evaluate the lowest-priced quotation as either technically acceptable or unacceptable, reserving the right to evaluate additional quotations for technical acceptability if deemed to be in the best interest of the Government. Technical Requirement. Next, the Government will evaluate the technical submission from the lowest priced response. The technical submission will be rated �Acceptable� or �Unacceptable� based on the ability to fulfill all technical requirements IAW the SOW. If the lowest priced offeror is deemed to be acceptable, they will advance to the Past Performance evaluation. If the lowest priced offeror is deemed unacceptable, the next lowest priced offeror will be evaluated for technical acceptability. Past Performance: Provide at least 1 and no more than 3 past performance records that are recent (within 3 years), and relevant to demonstrate the ability to perform the proposed effort. The Government reserves the right to seek information on higher priced offerors if none of the lower priced responses allow for substantial confidence based on provided and independently obtained past performance information. (c) Government Discretion Regarding Interchanges: The Government intends to award a contract without Interchanges with respective vendors in accordance with FAR 52.212-1, Instruction to Offerors � Competitive Acquisitions. The Government, however, reserves the right to conduct Interchanges if deemed in its best interest. Interchanges may take place regarding any portion of the submission. The Government may conduct Interchanges with one, some, none or all vendors at its discretion. Interchanges do not require a distinction between whether the Interchange results in a change to a quotation or only clarifies an administrative matter or quotation mistake. The Government has discretion to evaluate all quote submissions before inciting Interchanges with vendors (through Interchange Notices or �INs�), and vendors do not have to be offered an opportunity to revise their quotation through a Final Quotation Revision (FQR). If, during the evaluation period, the Simplified Acquisition Team determines it to be in the best interest of the Government to hold Interchanges, vendor responses to INs and the FQR (if requested by the Government) will be considered in making the award decision. Note that in accordance with FAR 13, vendors do not have to be offered an opportunity to revise their quotation through a formal FQR. If the vendor�s quotation has been evaluated as acceptable at the time Interchanges are closed, any changes or exceptions in the FQR are subject to evaluation and may introduce risk that the vendor�s quotation be determined unacceptable and ineligible for award. (End of Addendum) (xiv) Submissions are to be addressed to Air Force Test Center (AFTC), Directorate of Contracting � AFTC/PZIOB, 5 South Wolfe Avenue Building 2800, Edwards AFB, CA 93524, and are to be sent via email to the Contract Specialist, Stacey Stuart at stacey.stuart@us.af.mil, as well as the Contracting Officer, Suzanna Kussman, at suzanna.kussman@us.af.mil. Questions are due no later than 22 September 2025 at 7:00am PDT. Submissions are due no later than 7 Oct. 2025 at 1:00 p.m. PDT. No hand delivered or mailed proposals will be accepted, only emailed responses will be considered or evaluated. Attachments: Solicitation Model Contract Statement of Work (SOW) Kern County Wage Determination
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6e1a6119c45343fd90cb110e5837ac2d/view)
- Place of Performance
- Address: Edwards, CA 93524, USA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN07581524-F 20250910/250908230041 (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 |