Back to tenders & grants page
Industrial Floor Scrubbers and Sweepers Service and Repair
Receive Tenders like this by email

Industrial Floor Scrubbers and Sweepers Service and Repair

Industrial Floor Scrubbers and Sweepers Service and Repair has been closed on 19 Apr 2021. It no longer accepts any bids. For further information, you can contact the DEPT OF DEFENSE.DEPT OF THE AIR FORCE.AFMC.AIR FORCE TEST CENTER.FA9301 AFTC PZIO

Bellow, you can find more information about this project: 

Location: United States

General information

Donor:

DEPT OF DEFENSE.DEPT OF THE AIR FORCE.AFMC.AIR FORCE TEST CENTER.FA9301 AFTC PZIO

Industry:

Consumer Goods & Services

Status:

Closed

Timeline

Published:

20 Mar 2021

Deadline:

19 Apr 2021

Value:

Not available

Contacts

Name:

Joshua Vasquez

Cinthia Arias

Phone:

6612773356

Description

https://sam.gov/opp/04158cb5fb7e493d8afd174c3cce37f4/view?keywords=&sort=-modifiedDate&index=opp&is_active=true&page=1

Combined Synopsis/Solicitation: This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. Quotes are being requested and an additional written solicitation will not be issued. This is a Request for Quotation (RFQ). All responsible sources may submit a Firm-Fixed Price (FFP) quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through the FAR and Supplements, Federal Acquisition Circular (FAC) 2020-07, DFARs Change Notice (DPN) 20200831, and AFAC 2019-1001. NAICS is 811310 with a business size standard in millions of dollars $7,500,000.00.

(i) Solicitation Number: FA930121Q0009

(ii) Contract Type: Basic Ordering Agreement (BOA)

(iii) Location: Work to be completed on location at Edwards AFB, California 93524

(iv) Full and Open Competition, Total Small Business set aside

(v) Description of items to be acquired: Service for remedial and repair maintenance on currently nine (9) Tennant Scrubbers and Sweepers located at 6 different building within the base. Requirement currently includes the following models:

     Tennant 550SRS, Serial # 550-7356, manufactured in 2013

     Tennant 550SRS, Serial # 550-7346, manufactured in 2012

     Tennant 5700 XP ES, Serial #5700-20682, manufactured in 2002

     Tennant 5700 XP ES, Serial # 5700-20683, manufactured in 2002

     Tennant 5700 XP, Serial # 5700-17465, manufactured in 2000

     Tennant 7400, Serial # 7400-7869, manufactured in 2005

     Tennant 1490 ES, Serial # 1490-70060, manufactured in 1992

     Tennant T20, Serial # T20-10310, manufactured in 2018

     Tennant T20, Serial # T20-10309, manufactured in 2018

412 Maintenance Group occupies/works in multiple buildings throughout Edwards AFB. The work to be accomplished includes all routine and periodic maintenance recommended by the manufacturer as well as the repair of discrepancies discovered during the remedial maintenance of the equipment IAW the Statement of Work (SOW) (Attached to the Solicitation Model Agreement).

(vi) The Period of Performance: This acquisition is for a 5-years 01 Jul 2021- 30 June 2026 

(vii) Contract Line-Item Number (CLIN) Nomenclature and Contract Structure: The CLINs are identified in Section B Sub-Section 2.5 of the Model Agreement. The Offeror is to fill in unit and total price for each CLIN within the Model Agreement for the Base Year.

(viii) Applicable FAR and DFARS and AFFARS provisions and clauses are posted within the with the Model Agreement.  CONTRACTORS MUST COMPLY WITH FAR 52.212-4(t) SYSTEM FOR AWARD MANAGEMENT (MAY 2015). 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.Beta.Sam.gov/.

(ix) 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) Proposal Price Volume: The offerors Price Volume shall consist of filling in applicable sections of the Model Agreement/Solicitation (Standard Form 1449, hereafter referred to as “Model Agreement”). Offerors shall complete all portions of SF 1449 blocks 12, 17a, 26, 30a, 30b and 30c. In doing so, the offeror accedes to the contract terms and conditions as written in the Model Agreement, with attachments. Additionally, offerors shall fill in the Unit Price and Amount sections for CLINs 0001 thru 0003 and their SLINs (beginning on page 3 of the SF1449 Model Agreement).  The Total Agreement Price (all five years) shall be stated by the offeror in Block #26 on page 1 of the SF 1449 Model Agreement. That amount shall consists of the offeror applying their own calculations against the Base Years proposed CLINs “Amounts” for the out years (2-5) and totaling all five years to reach a Total Agreement Price. This amount will be the ceiling specified by the Government for the five year agreement for the winning Offeror.     

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. If a section does not apply to an offeror, simply state "N/A."  Additionally, offerors are permitted to provide additional information on your company that you deem relevant to this acquisition. Furthermore, Offerors are to submit a statement attesting that the Total Agreement Price calculations they performed to fill in Block #26 of the Model Agreement are their agreed upon pricing, and that after award the accumulation of all Price Lists submitted for review/approval (for years 2-5) combined with the total of all CLIN Amounts for the Base Year will all collectively not exceed the Total Agreement Price amount proposed in Block #26. Lastly, offerors are to provide their CAGE Code within the cover letter.

3) Page Limitations - Offerors cover letter shall be no more than 3 pages in length. The Price Volume has no page limitation.

4) Page/Font Size - Although proposals are to be submitted electronically, the page size should be structured to print on a normal 8.5 X 11-inch sheet of paper. Margins shall be no less than 1 inch on all sides. Please use Times New Roman font size 12 or larger. Pages shall be numbered sequentially as applicable.

5) Electronic files must be in Adobe (.pdf) or Microsoft Word Version 2016 or earlier. Excel files (if used) must be in Excel 2016 or earlier format.

                                                                                    (End of Addendum)

(x) The provision at FAR 52.212-2 "Evaluation -- Commercial Items" applies to this acquisition.

(a) Addendum to the provision at FAR 52.212-2 "Evaluation -- Commercial Items": 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) Technical adherence to FAR 52.212-1 “Instructions to Offerors” by the Offeror
      (2) Total Agreement Price

In the integrated assessment upon which the award assessment will be made, Total Agreement Price will be the defining factor for award. The Technical factor will be rated as Acceptable or Unacceptable based on if the Offeror proposed IAW FAR 52.212-1.

(b) BASIS FOR CONTRACT AWARD: This simplified acquisition is being issued on a Lowest Price Technically Acceptable (LPTA) 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 Agreement, and technical requirements, in addition to those identified as evaluation factors. All technically acceptable offers will be treated equally. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows:

     (1) Technical Acceptability (Step 1) - Quotes must be rated as technically acceptable to be eligible for award. In order to be deemed technically acceptable, the following evaluation criteria must be met: Submit your proposal in accordance with the instructions specified in FAR 52.212-1 “Instructions to Offerors.” An offeror will be deemed Unacceptable if it deviates from those instructions.

     (2) Price Evaluation (Step 2) - Next, offerors will be ranked according to overall Total Agreement Price (i.e. the amount the offeror specifies in Block #26 of the Model Agreement). Included as part of the price evaluation is a review for price reasonableness.

Offerors whose total evaluated price is unreasonable, or unaffordable (not within any budgetary information included in the solicitation) may be considered unacceptable and may be rejected on that basis. To reiterate for reasonableness the Total Agreement Price will be evaluated.

Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers via e-mail; oral offers will not be accepted. All offerors must be registered with the System for Award Management (SAM).

(c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

                                                                                  (End of Addendum)

(xi) Offers are due to Air Force Test Center (AFTC), Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA 93524, no later than 19 APR 2021 at 1:00 p.m. PST. All offers are to be sent via email to Cinthia Arias, Contract Specialist email: [email protected]; and Jillian Marroquin Contract Specialist email: [email protected] , and Joshua Vasquez, Contracting Officer, email: [email protected]. No hand delivered or mailed proposals will be accepted, only emailed responses will be considered or evaluated.

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more