B1020, 2nd Floor, Global Hawk GSMP Reconfiguration

Agency: DEPT OF DEFENSE
State: California
Type of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Apr 11, 2024
Due: Apr 19, 2024
Solicitation No: 24-MLOD-090
Publication URL: To access bid details, please log in.
Follow
B1020, 2nd Floor, Global Hawk GSMP Reconfiguration
Active
Contract Opportunity
Notice ID
24-MLOD-090
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE TEST CENTER
Office
FA9302 AFTC PZZ
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Apr 11, 2024 11:48 am PDT
  • Original Published Date: Apr 02, 2024 08:51 am PDT
  • Updated Date Offers Due: Apr 19, 2024 02:00 pm PDT
  • Original Date Offers Due: Apr 09, 2024 08:00 am PDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 04, 2024
  • Original Inactive Date: Apr 24, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2AA - REPAIR OR ALTERATION OF OFFICE BUILDINGS
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    Edwards , CA 93524
    USA
Description View Changes

UPDATED Extended Offer due date to the below time due to fielding questions. Questions and responses will be posted as soon as the responses are received.



Offers are due by 19 April 2024 at 2:00 p.m. PST.



Offers must be sent to Kimberly McGee at kimberly.mcgee@us.af.mil and Karla Vazquez Montes at karla_lizette.vazquez_montes@us.af.mil via electronic mail.





UPDATES to RFQ below:



1. Uploaded newer version of the Wage Determination document. If you want to review online via SAM.Gov use California and Kern County for your search.



2. SITE VISIT SCHEDULED: 10 April 2024, 2:00 p.m. PST @ Edwards AFB, CA



If you are interested in attending a site visit of the area to be worked please send the below information to Kimberly McGee at kimberly.mcgee@us.af.mil and Karla Vazquez Montes at karla_lizette.vazquez_montes@us.af.mil via electronic mail by 9 April 2024, 12:00 p.m. PST in order to gain access to the base. Directions and additional visit information will be sent to those that respond. No late or same day submissions will be accepted.



Full Name



Company Name



Driver’s License Number, State, Expiration Date



Place of Birth



US Citizen – Yes or No



3. Extended Offer due date to:



Offers are due by 15 April 2024 at 2:00 p.m. PST.



Questions and Offers must be sent to Kimberly McGee at kimberly.mcgee@us.af.mil and Karla Vazquez Montes at karla_lizette.vazquez_montes@us.af.mil via electronic mail.



No late submissions will be accepted.





Original Post:



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 only the SOLICITATION; quotes are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for



requirement.





Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote including delivery FOB Destination Edwards AFB CA 93524.





Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via



email, please note the maximum file size is 10MB. Emails over this file size will not be received.



Submit only written offers; oral offers will not be accepted. This solicitation is issued as a



Request for Quote (RFQ).





Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-03 effective 23 Feb 2024, DFARS Change 02/15/2024 effective 15 Feb 2024, and DAFAC 2023-0707, effective 07 Jul 2023.





Description: B1020, 2nd Floor, Global Hawk GSMP Reconfiguration





B1020, 2nd Floor GSMP Reconfiguration to include but not limited to:



• Demolition and removal of three single phase, 120 V, 15 kVA UPS



• Demolition and removal of two 12 V charging units



• Removal of circuit breakers, 2 pole, 240 V, 70 to 100 amp, FA frame



• Electrical demolition and removal of transformer, dry type, 3 phase to 600 V, 112.5 kVA, including removal of support wire and conduit terminations



• Disposal of batteries





See attached Statement of Work for details.



NAICS 561210 - "Facility Support Services" – Size Standard: $47M





SMALL BUSINESS SET-ASIDE





The provision at FAR 52.212-1, Instructions to Offerors – Commercial Products and Services (Sep 2023), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/





ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2018) Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included:





PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE:



a. UEI Numbers:



b. CAGE Code



c. Contractor Name:



d. Payment Terms (net30) or Discount:



e. Point of Contact and Phone Number:



f. Email address:



g. FOB (destination):



h. Warranty (if applicable):



i. Date Offer Expires:



j. Completed copy of FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)



k. Completed copy of FAR 52.212-3, Alt I, Offeror Representations and Certifications – Commercial Items (Feb 2024) – or notification that FAR 52.212-3 representations and



certifications are available on SAM.gov.





The provision at 52.212-2, Evaluation - Commercial Products and Services (Nov 2021) applies to this acquisition.





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.





EVALUATION:



SELECTION CRITERIA: BEST VALUE BASED ON LOWEST PRICE, TECHNICALLY ACCEPTABLE (LPTA)





Best Value





The solicitation provides that quotations will be evaluated using Lowest Price Technically Acceptable (LTPA). The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability factor contains two non-cost subfactors:





Technically Acceptable Subfactors:



(1) Ability to provide B1020, 2nd Floor, Global Hawk GSMP Reconfiguration



(2) Experience – offers must submit at least three instances of providing Demo and Removal of UPS, transformers, circuit breakers, and disposal of batteries





The agency will first rank quotations according to price, from lowest to highest, and will evaluate the three (3) lowest-priced quotations 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.





Evaluation Factors:



1. Price



2. Technically Acceptability





The ability to provide B1020, 2nd Floor, Global Hawk GSMP Reconfiguration will be assigned ratings of satisfactory or unsatisfactory.





Experience, for those offers submitting at least three instances of providing B1020, 2nd Floor, Global Hawk GSMP Reconfiguration, will be considered for quality. Quality will be assigned ratings of satisfactory or unsatisfactory, offerors rated unsatisfactory will be found not technically acceptable for experience.





The Government will award a delivery order resulting from the RFQ to the responsible offeror whose quote is responsive to the RFQ and considered to be the Best Value based on LTPA.















Quote Submission Information:





Offers are due by 9 April 2024 at 8:00 a.m. PST. Questions about this solicitation are due by 4 April 2024, 12:00 p.m. PST.





Questions and Offers must be sent to Kimberly McGee at kimberly.mcgee@us.af.mil and Karla Vazquez Montes at karla_lizette.vazquez_montes@us.af.mil via electronic mail. No late submissions will be accepted.







PROVISIONS AND CLAUSES





FAR



52.212-4 Contract Terms and Conditions – Commercial Products and Commercial Services (Nov 2023)



52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services. (Feb 2024)



52.204-7 System for Award Management (Oct 2018)



52.204-13 System for Award Management (Oct 2018)





DFARS



252.203-7000 Requirements Relating to Compensation of Former DoD Officials. Sep 2011



252.203-7002 Requirement to Inform Employees of Whistleblower Rights. Dec 2022



252.204-7004 Antiterrorism Awareness Training for Contractors. Jan 2023



252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. Jan 2023



252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. Jan 2023



252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment



or Services. Jan 2023



252.204-7020 NIST SP 800-171 DoD Assessment Requirements. Jan 2023



252.205-7000 Provision of Information to Cooperative Agreement Holders. Dec 1991



252.222-7006 Restrictions on the Use of Mandatory Arbitration Agreements. Jan 2023



252.223-7004 Drug-Free Work Force. Sep 1988



252.223-7008 Prohibition of Hexavalent Chromium. Jan 2023



252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime. Jan 2023



252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native



Hawaiian Small Business Concerns. Jan 2023



252.232-7010 Levies on Contract Payments. Dec 2006



252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel. Jan 2023



252.243-7002 Requests for Equitable Adjustment. Dec 2022



252.244-7000 Subcontracts for Commercial Products or Commercial Services. Jan 2023





DAFFARS



5352.201-9101 OMBUDSMAN (JUL 2023)





Defense Priorities and Allocation System (DPAS): N/A


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • CP 661 277 4503 5 SOUTH WOLFE AVE BLDG 2800
  • EDWARDS AFB , CA 93524-1185
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Mar 27, 2024[Sources Sought (Original)] DEMOLITION AND REMOVAL OF UPS AND TRANSFORMERS
Apr 2, 2024[Combined Synopsis/Solicitation (Original)] B1020, 2nd Floor, Global Hawk GSMP Reconfiguration
Apr 3, 2024[Combined Synopsis/Solicitation (Updated)] B1020, 2nd Floor, Global Hawk GSMP Reconfiguration
Apr 19, 2024[Combined Synopsis/Solicitation (Updated)] B1020, 2nd Floor, Global Hawk GSMP Reconfiguration
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Status Ref# Project Close Date Dayes Left Action Open 110775 [UPCOMING: November 2023]

Association of Bay Area Governments

Bid Due: 12/31/2024

Follow 127EAS24Q0004 Calaveras RD Snow Grooming Active Contract Opportunity Notice ID 127EAS24Q0004 Related

Federal Agency

Bid Due: 12/06/2024

Follow Military Ocean Terminal Concord Rail Maintenance Active Contract Opportunity Notice ID HTC711-24-R-R002

Federal Agency

Bid Due: 12/28/2024

Contracting opportunity Bid Number IFB #2024 Qualified Contractors List Category Construction Due Date/Time

Alameda County

Bid Due: 11/29/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.