Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2025 SAM #8696
SOLICITATION NOTICE

38 -- Bobcat UW56 Utility Work Vehicles

Notice Date
9/15/2025 11:52:28 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
FA5000 673 CONS LGC JBER AK 99506-2501 USA
 
ZIP Code
99506-2501
 
Solicitation Number
FA500025Q0045
 
Response Due
9/18/2025 11:00:00 AM
 
Archive Date
10/03/2025
 
Point of Contact
Alissa Ortiz-Gonzalez, Phone: 9075523053, Maureen Badey, Phone: 9075522469
 
E-Mail Address
alissa.ortiz_gonzalez@us.af.mil, maureen.badey.1@us.af.mil
(alissa.ortiz_gonzalez@us.af.mil, maureen.badey.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 01: This amendment addresses a critical error in Attachment 2, the Pricing Schedule for solicitation FA500025Q0045. Specifically, the submission deadline at the bottom of the original Attachment 2 was incorrect. Amendment 01 introduces a revised Attachment 2, designated ""Pricing Schedule Revision 1"", dated 15 September 2025. This revision *only* corrects the submission deadline date to the accurate date: 18 September 2025. **IMPORTANT: If you have already submitted your quote using the original Attachment 2, you DO NOT need to resubmit. This amendment is for informational purposes and corrects the deadline date display only. Your previously submitted quote is still valid and will be considered. COMBINED SYNOPSIS/SOLICITATION �COMBO�: FA500025Q0045 Bobcat UW56 Utility Work Vehicles TO OFFEROR: This RFQ is to obtain pricing for items that are not currently funded but are expected to receive funding this fiscal year through fall out funds, prior to 30 September 2025. Your quote must remain valid until this date. Therefore, no award will be made under this quote until funds are available. The Government reserves the right to cancel this quote either before or after 30 September 2025. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as well as FAR Subpart 13.106 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. (ii) Solicitation FA500025Q0045 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 2025-05, effective 08/07/2025. The DFARS provisions and clauses are those in effect to DFARS Change 01/17/2025, effective 01/17/2025. The DAFFARS provisions and clauses are those in effect to DAFFARS Change 10/16/2024 effective 10/16/2024. The full text is available through http://www.acquisition.gov/far/ (iv) This requirement is being competed as 100% Total Small Business Set-Aside with the North American Industry Classification System (NAICS) code associated with this procurement is 333120 with a small business size standard of 1,250 employees. (v) The Pricing Schedule is incorporated as Attachment 2. Vendors shall complete Attachment 2 in its entirety and return with any other documentation/data as required by this Combo. (vi) The Government intends to award a Firm-Fixed-Price, single award because of this Combo for Utility Work Vehicles and attachments in accordance with the salient characteristics (Attachment 4). (vii) The delivery of three (3) Bobcat UW56 Utility Work Machines with attachments is F.O.B. Destination to Joint Base Elmendorf-Richardson, AK 99506. (viii) FAR 52.212-1 Instructions to Offerors � Commercial Products and Commercial Services (Sep 2023) are hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum: (a) Paragraph 52.212-1(c), �Period for Acceptance of Offers�, is tailored as follows: All offers must remain valid for 30 calendar days from the date specified for receipt of offers. (b) The following is inserted as new paragraph (m) of the provision: (m) Specific Instructions: The response shall consist of three (3) parts: (i) Part 1 - Submit one (1) copy of Price Schedule (Attachment 2). (ii) Part 2 - Technical Capability - Existing product or service literature of the offered equipment (iii) Part 3 � Completed Provisions and Clauses (c) FAR 52.212-2 Evaluation � Commercial Products and Commercial Services (Nov 2021) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-2 remain in effect. The following have been tailored to this procurement and are hereby added via addendum: The Government will award a contract resulting from this solicitation. Award will be made to the lowest priced quote with an acceptable rating. The following factors shall be used to evaluate quotes and determine the basis for contract award: (i) The Government will review all quotes for compliance. A compliant quote consists of a quote that meets the Government�s requirements identified in this solicitation. (ii) Technical Capability - The Government will evaluate the submissions on a pass/fail basis and assign an Acceptable or Unacceptable rating as described in Table 1 below. Table 1. Ratings Rating: Description Acceptable: The vendor provides existing product or service literature of the offered equipment that meets or exceeds the specifications outlined in attachment 2. Unacceptable: The vendor fails to provide an existing product or service literature of the offered equipment, or the technical specification provided did not meet the specifications outlined in attachment 2. (iii) Price - The Government will evaluate the total price listed in Attachment 2, Pricing Schedule IAW FAR 13.106-3(a). The Government will rank all quotations by lowest price. (d) Interchanges: The Government intends to award a firm-fixed-price contract without interchanges with respective contractors. The Government, however, reserves the right to conduct interchanges if deemed in its best interest. Interchanges are the contemporaneous exchanges of information between the Government, at its discretion, and one, some, none, or all contractors that provided quotes in response to the request for quotes. Under FAR 13 procedures the Government may hold Interchanges with contractors to address any aspect of the quote, which may include, but not be limited to, price and/or compliance with specifications. Interchanges may be conducted in writing or as oral conversations, will be conducted in a fair and reasonable manner, and will not favor one contractor over another. Contractors do not have to be offered the opportunity for final quote revisions (FQRs) in response to interchanges. (ix) Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I (March 2025)(DEVIATION 2025-O0004), Vendors Representations and Certifications--Commercial Products and Commercial Services (May 2024), are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. (x) The clause at FAR 52.212-4, Contract Terms and Conditions- Commercial Products and Commercial Services (Nov 2023), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders- Commercial Products and Commercial Services (March 2025) (DEVIATION 2025-O0004) is hereby incorporated by reference, with the same force and effect as if it were given in full text. If any, of the additional clauses cited in 52.212-5(b) or (c) are applicable to the specific acquisition are listed in the clauses and provision tables found in Attachment 1. (xii) No additional contract requirements or terms and conditions are required for this acquisition. (xiii) No DPAS rating is assigned to this acquisition. (xiv) Any questions shall be directed to the POCs listed below IN WRITING to the email addresses alissa.ortiz_gonzalez@us.af.mil and maureen.badey.1@us.af.mil no later than 2:00 PM AKDT on 15 September 2025. All questions will be posted and answered by amendment following this date. For a quote to be considered, it must be emailed to the Contract Specialist, alissa.ortiz_gonzalez@us.af.mil, and the Contracting Officer, maureen.badey.1@us.af.mil, no later than 10:00 AM AKDT on 18 September 2025. Additional Clauses Incorporated by Full Text: 5352.201-9101 PACAF Ombudsman (Jul 2023) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, AFICC/KH (Chief Enlisted Manager), 25 E Street, Suite B-100, JBPH-H, HI 96853-5427, Phone: (808) 449-8569, FAX: (808) 449-8571, e-mail: afica.kh@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer. (End of Clause) List of Attachments: 1. Attachment 1 � Provisions and Clauses FA500025Q0045 2. Attachment 2 � Price Schedule FA500025Q0045 3. Attachment 3 � Brand Name Justification, Redacted FA500025Q0045 4. Attachment 4 � Salient Characteristics FA500025Q0045
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1908cf28e19d44b9960534054d18fb10/view)
 
Place of Performance
Address: JBER, AK 99506, USA
Zip Code: 99506
Country: USA
 
Record
SN07591005-F 20250917/250915230048 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.