Combined Synopsis/Solicitation
Solicitation Number: FA461325Q1011
Purchase Description: Kardex Shelving and Hi-Density Spacesaving Systems Maintenance
This is a Combined Synopsis/Solicitation Notice for commercial services prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the SAM.gov website as a 100% small business set-aside.
The 90th Contracting Squadron at F.E. Warren AFB, Wyoming is issuing this combined synopsis/solicitation, FA461325Q1011, as a Request for Quote using FAR Part 12, Acquisition of Commercial Services, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 337215, Showcase, Partition, Shelving, and Locker Manufacturing, with a small business standard of 500 employees.
The Government intends to award a Firm Fixed-Price contract. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation, FAC Number 2025-03, effective 17 January 2025, Defense Federal Acquisition Regulation Supplement Change Number DFARS Change 01/17/2025, effective 17 January 2025, and Department of the Air Force Federal Acquisition Regulation Supplement Change Number DAFAC 2024-1016 effective 16 October 2024.
DESCRIPTION OF SERVICES:
Maintenance Services IAW Performance Work Statement
- As needed, monthly maintenance services for thirteen (13) Kardex and Hi-Density Spacesavings Systems storage units, IAW the Performance Work Statement.
CLIN STRUCTURE:
CLIN 0001: Maintenance Services
Estimated Period of Performance: (Base Year: 1 April 2025 - 31 March 2026)
Quantity: 12 Unit of Issue: EACH
Unit Price: $ ___________ Extended (Unit) Price: $ ___________
Pricing includes ALL costs, direct and indirect, to complete the requirements in accordance with this solicitation.
CLIN 1001: Maintenance Services
Estimated Period of Performance: (Option Year 1: 1 April 2026 - 31 March 2027)
Quantity: 12 Unit of Issue: EACH
Unit Price: $ ___________ Extended (Unit) Price: $ ___________
Pricing includes ALL costs, direct and indirect, to complete the requirements in accordance with this solicitation.
CLIN 2001: Maintenance Services
Estimated Period of Performance: (Option Year 2: 1 April 2027 - 31 March 2028)
Quantity: 12 Unit of Issue: EACH
Unit Price: $ ___________ Extended (Unit) Price: $ ___________
Pricing includes ALL costs, direct and indirect, to complete the requirements in accordance with this solicitation.
CLIN 3001: Maintenance Services
Estimated Period of Performance: (Option Year 3: 1 April 2028 - 31 March 2029)
Quantity: 12 Unit of Issue: EACH
Unit Price: $ ___________ Extended (Unit) Price: $ ___________
Pricing includes ALL costs, direct and indirect, to complete the requirements in accordance with this solicitation.
CLIN 4001: Maintenance Services
Estimated Period of Performance: (Option Year 4: 1 April 2029 - 31 March 2030)
Quantity: 12 Unit of Issue: EACH
Unit Price: $ ___________ Extended (Unit) Price: $ ___________
Pricing includes ALL costs, direct and indirect, to complete the requirements in accordance with this solicitation.
CLIN 5001: Maintenance Services
Estimated Period of Performance: (6-Month Extension: 1 April 2030 - 30 September 2030)
Quantity: 6 Unit of Issue: EACH
Unit Price: $ ___________ Extended (Unit) Price: $ ___________
Pricing includes ALL costs, direct and indirect, to complete the requirements in accordance with this solicitation.
ATTACHMENT LIST:
Attachment 1 - Offeror Response Form
Attachment 2 - Pricing and Schedule
Attachment 3 - Performance Work Statement
Attachment 4 - Provisions and Clauses
Attachment 5 - Supplemental Clauses
Attachment 6 - Wage Determinations
ESTIMATED PERIOD OF PERFORMANCE FOR CLIN 0001: 1 April 2025 - 31 March 2026
PLACE OF PERFORMANCE FOR ALL CLINs: Francis E. Warren AFB, WY 82005
QUESTIONS:
Questions MUST be received by 2 pm Mountain Time on Tuesday, February 18, 2025. All questions must be submitted by email to brandon.bartlett.2@us.af.mil AND patrick.enriquez.4@us.af.mil.
RESPONSES/QUOTES:
Responses/quotes MUST be received by 2 pm Mountain Time on Monday, March 3, 2025. Forward responses by e-mail to brandon.bartlett.2@us.af.mil AND patrick.enriquez.4@us.af.mil.
Offerors MUST be registered with System for Award Management (SAM) at time of submission of quote.
Any quote, modification, or revision of a quote received after the exact time specified in this solicitation shall be determined as late and may not be considered.
OTHER INFORMATION:
Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at time of submission of quote. Failure to do so will result in the offer being deemed ineligible for award. This is a notice that this order is an open market requirement for Kardex Shelving and Hi-Density Spacesaving Systems maintenance services and posted in SAM.gov. Only quotes submitted by businesses holding NAICS Code 337215 may be accepted by the Government.
Interchanges. The government intends to award a purchase order without interchanges with respective vendors/quoters. The government, however, reserves the right to conduct interchanges if deemed in its best interest. Under appropriate circumstances, interchanges can be an effective method to improve the Government's evaluation of Offerors' quoted approaches and may reduce acquisition cycle time. Interchanges may be written, email, phone call, etc., or any method which would accurately capture the contemporaneous sharing of information between the Government and the Offerors. Interchanges may also be oral conversations between the Government and the Offerors.
Period of Performance. Estimated Base Year: 1 April 2025 - 31 March 2026
Place of Performance: Francis E. Warren AFB, WY 82005
INSTRUCTIONS TO OFFERORS:
Offerors shall comply with FAR 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (Sep 2023)
FAR 52.212-1 is hereby tailored as follows:
- Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1.
- After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.
- The term “offeror” or “offer” as used in FAR 52.212-1 shall be understood to mean “quoter” and “quote,” respectively. Further, the term “award” shall be understood to describe the Government’s issuance of an order.
- The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable, therefore, unawardable.
Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:
In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission:
- Completed Copy of Attachment 1 – Offeror Response Form
- Completed Copy of Attachment 2 - Pricing and Schedule
- Quote must detail contractor's years of experience performing maintenance and repair services on Kardex Shelving and Hi-Density Spacesaving Systems units on a recurring schedule, IAW paragraph 4.14.1. of the Performance Work Statement
- Firm Fixed Pricing to include Unit Price and Extended Price. Price must include ALL materials, labor, tools, equipment, shipping, ALL direct/ indirect costs to complete the requirement
- Discount Terms (if applicable)
EVALUATION:
ADDENDUM TO FAR 52-212-2 EVALUATION—COMMERCIAL ITEMS (Nov 2021)
Paragraph (a) is hereby replaced with the following:
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. Quotes that do not include all requested information in FAR 52.212-1 in 5.1.1 may be considered nonresponsive. Award will be made to the offeror with the lowest priced technically acceptable (LPTA) quote. The following factor(s) shall be used to evaluate offers:
1. Technical Capability: items meet the Government requirement/specifications listed in the description. If all requested information is not provided or does not meet the requirements identified, the Government will determine the quote to be nonresponsive.
2. Price:
- The lowest priced quote will be evaluated for technical acceptability first. The Government will evaluate quotes for acceptability but will not rank the quotes by non-price factors. If the Government receives fewer than three (3) quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives three (3) or more quotes, the Government will only select the three (3) lowest priced quotes to evaluate for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government’s best interest to do so.
- Price will be evaluated to ensure fair and reasonable pricing. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. Some of those techniques are, but not limited to, comparison of quoted prices received in response to the solicitation and/or comparison of quoted prices with the Independent Government Estimate. Prices must be determined fair and reasonable.
- No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices.
(End of Provision)