(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; quotes are being requested and a written solicitation will not be issued.
(ii) Solicitation number FA660625Q0005, is hereby issued as a Request for Quotes (RFQ) for an Aircraft C-5 Bead Breaker as outlined in the attachment “Bead Breaker Salient Features”. A contract will be issued without discussions as a Firm-Fixed Price (FFP) award utilizing FAR Part 13, Simplified Acquisition Procedures.
(iii) This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2024-03 and the Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20250117. It is the contractor's responsibility to become familiar with applicable provisions and clauses by visiting https://www.acquisition.gov/.
(iv) This solicitation is a 100% small business set aside and is restricted to small businesses only in accordance with FAR 19.502-2(b). The North American Industry Classification System Code (NAICS) is 336413 – Other Aircraft Parts and Auxiliary Equipment Manufacturing; Small Business Size Standard is 1,250 employees.
(v) For Price and Technical Acceptability the Vendor MUST provide:
- Unit & total price per CLIN as outlined in the attachment "Solicitation CLIN Schedule FA660625Q0005”
- Data sheets for the quoted Aircraft C-5 bead breaker that demonstrate compliance with all specifications and requirements outlined in the attachment “Bead Breaker Salient Features”.
- Warranty description including duration and coverage. Failure to provide warranty information may result in disqualification.
(vi) Description of Requirement: The vendor will provide an Aircraft C-5 Bead Breaker. Please build in cost of freight/shipping to CLIN 0001. Quoted products must conform to standards set forth in solicitation attachment “Bead Breaker Salient Features”.
(vii) Acceptance is FOB destination: 439 MXG CC, 350 Hangar Avenue Suite 203, Box 21, Westover ARB, Chicopee, MA 01022.
(viii) Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.
Quotes must include the following information: Pricing, Company Name & Address, Point of Contract, Telephone, Email, Cage Code, UEI Number, and Business Size.
Unless already completed on SAM.gov as part of annual certifications, vendors MUST certify provision 52.204-24 and 52.204-26 by completing the attached PDF titled, “FA660625Q0005 Clause Set (Fillable)” and submitting it with their quote.
Vendor Solicitation amendments, if any, need to be acknowledged.
(ix) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. This requirement will be awarded on a basis of lowest price technically acceptable. Price - Total evaluated price will be used and will be the total cost of CLIN 0001 which includes any costs associated with the bead breaker and any freight/shipping associated with the bead breaker. Technical acceptability - quotes will be evaluated on an acceptable or unacceptable basis. To receive an acceptable rating, vendors MUST submit data sheets for the quoted Aircraft C-5 bead breaker that demonstrate compliance with all specifications and requirements outlined in the attachment “Bead Breaker Salient Features”. Warranty description including duration and coverage. Failure to adhere to this stipulation may cause a determination of “Not Technically Acceptable” and quote being disqualified from consideration.
Price and technical will be weighed equally and any vendors who do not provide evidence to support data sheets to substantiate that offered products adhere to standards found in attachment "Bead Breaker Salient Features" will receive an unacceptable rating.
(x) Unless already completed on SAM.gov as part of annual certifications, Vendors MUST certify provision 52.212-3 - Offeror Representations and Certifications-Commercial Items by filling in the appropriate fields in attached PDF titled, “FA660625Q0005 Clause Set (Fillable)” and submitting with your quote.
(xi) Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.
(xii) Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.
(xiii) IAW FAR 52.204-16, prospective awardees shall have an active Cage Code prior to award of a government contract. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/SAM/. All vendors interested and capable of obtaining contract award must be registered with the Wide Area Work Flow (WAWF) located at https://piee.eb.mil/piee-landing/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered.
(xiv) Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition.
(xv) Quotes must be submitted via email no later than (NLT) 2:00 PM EST, 25 March 2025 to alex.arnold.4@us.af.mil with "Solicitation FA660625Q0005" in the subject line. Requests for Information (RFI) concerning this requirement must be submitted in writing to the email list above no later than 7 March 2025 at 2:00 PM EST.
(xvi) Questions concerning this soliciting should be directed to alex.arnold.4@us.af.mil. Ensure to include the solicitation number “FA660625Q0005” in the subject line.
(xvii) Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made.