SOLICITATION NOTICE
49 -- Tire Change Machinery
- Notice Date
- 4/30/2025 9:29:09 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- FA4452 763 ESS SCOTT AFB IL 62225-5020 USA
- ZIP Code
- 62225-5020
- Solicitation Number
- FA445225R0017
- Response Due
- 5/5/2025 8:00:00 AM
- Archive Date
- 05/20/2025
- Point of Contact
- Amber Climaco, Phone: 6182569964, Elijah Dodd, Phone: 6183406515
- E-Mail Address
-
amber.climaco@us.af.mil, elijah.dodd@us.af.mil
(amber.climaco@us.af.mil, elijah.dodd@us.af.mil)
- Description
- 29 April 2025 MEMORANDUM FOR ALL SMALL BUSINESS CONCERNS FROM: 763d Enterprise Sourcing Squadron SUBJECT: Simplified Acquisition Proposal Request (SAPR), FA445225R0017, Tire Changing Machine 1. This is a combined synopsis/solicitation for commercial products/services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only solicitation; proposals are being requested, and a written solicitation will not be issued. This is a SAPR for subject project to be awarded pursuant to Federal Acquisition Regulation (FAR) 13 and the specific requirements outlined in this request with attachments. This requirement is for the purchase of a Tire Changing Machine and its accessories at Pope Army Airfield to safely change all support equipment tires. 2. In addition to the provisions and clauses listed in Attachment 2, the following Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS) clauses will be included in this purchase order: a. 5352.201-9101, Ombudsman (Jul 2023) b. 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Jun 2024) 3. In response to the SAPR, the contractor shall complete and return the following: Pricing Worksheet (Attachment 1) and the completed Provisions and Clauses (Attachment 2). Specifically, the contractor shall complete the following within the Attachments and provide a Cover Letter, as outlined below: - Attachment 1 � Pricing Worksheet: For this attachment, the contractor shall complete the yellow highlighted cells within the worksheet. All pricing shall be rounded to the nearest dollar and delivery terms shall be provided in number of days format. The contractor may provide a proposal in their own format providing the same information as requested in the Pricing Worksheet. - Attachment 2 � Provisions & Clauses: The contractor shall complete the fill-in provisions and clauses outlined in Attachment 2. The contractor shall include a cover letter stating a proposal acceptance period until 30 May 2025. The cover letter shall be submitted on the company letterhead that includes the company name, address, and a specific point of contact (POC). The contractor shall provide their proposed product specifications meeting the specifications stated in Attachment 3 within their cover letter or in a separate document. By submission of a proposal, the contractor accedes to all SAPR requirements including terms, conditions, and representations. 4. Basis of Award: Award will be made in accordance with the procedures specified in the SAPR and on the basis of the lowest priced proposal meeting the acceptability standards for non-price factors. A purchase order may be awarded to the offeror who is deemed responsible in accordance with FAR 9.1, as supplemented, whose proposal conforms to the SAPR requirements (to include all stated terms, conditions, representations, certifications, and all other information required by the SAPR) and is judged, based to represent a technically acceptable proposal with the lowest complete and reasonable price. First, the Government will rank the proposals which conform to the SAPR�s requirements from lowest price to highest price. Next, the Government will evaluate the lowest priced proposal for technical acceptability as follows: Technically Acceptable: Proposal meets all requirements of the SAPR and attachments, and the contractor can deliver the tire changing machine and accessories on or before 45 days after receipt of order. Technically Unacceptable: Proposal does not meet all requirements of the SAPR and attachments, and the contractor cannot deliver the tire changing machine and accessories on or before 45 days after receipt of order. If the proposal with the lowest price is determined to be technically acceptable, the Government will evaluate the offeror�s total price for completeness and reasonableness, as described below. If the lowest priced proposal is technically acceptable, the price is complete and reasonable, and that offeror�s proposal represents the best value to the Government, then award will be made to that offeror. If the lowest priced proposal is not technically acceptable, the Government will consider the correction potential and may enter interchanges with that offeror. If, after interchanges with that offeror, their proposal is technically acceptable and remains the lowest priced, a purchase order will be awarded to that offeror. If the Government deems the proposal not easily correctable, or if at any time it becomes other than the lowest priced proposal, the next lowest priced proposal will be evaluated for technical acceptability, followed by an analysis of their price to verify reasonableness and completeness. Interchanges will take place as necessary or deemed appropriate by the Government. This evaluation process will be repeated until reaching a technically acceptable proposal, or until all proposals are evaluated. Additionally, in order to determine the price fair and reasonable, the evaluation process may continue until reaching two technically acceptable proposals (to establish adequate price competition). The following definitions for price completeness and reasonableness are outlined below: Completeness. The proposal will be reviewed to determine the extent to which all the price elements have been addressed. The review will determine the adequacy of the offeror�s proposal in addressing and fulfilling the SAPR requirements. Reasonableness. The proposal will be reviewed to determine the reasonableness of the price and the offeror�s understanding of and ability to fulfil the requirement. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay in the conduct of competitive business. The Government will determine the prices fair and reasonable through the use of one or more of the price analysis techniques at FAR 13.106-3(a)(2). The Government intends to make award based on the initial proposal submissions without conducting interchanges. Therefore, each offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to hold interchanges if, during the evaluation, it is determined to be in the best interest of the Government. Interchanges are fluid interaction(s) between the CO and the offerors that may address any aspect of the proposal and may or may not be documented in real time. However, the Government reserves the right to conduct interchanges using Interchange Notices (IN). Offeror responses to INs will be considered in making the award selection decision. Interchanges may be conducted with one, some or all offerors. The Government is not required to conduct interchanges with any or all offerors responding to this SAPR. This acquisition follows the procedures outlined in FAR 13, as supplemented. 5. Questions and Answers / Assumptions and Exceptions: Contractors are cautioned that all communications are to be channeled through the Contract Specialist and Contracting Officer. Any questions whether technical or contractual in nature shall be submitted in writing. Questions and answers may be submitted to the Contract Specialist, Mr. Elijah Dodd at elijah.dodd@us.af.mil and Contracting Officer, Ms. Amber Climaco at amber.climaco@us.af.mil prior to the closing date of the SAPR. No further questions will be addressed after the SAPR has closed. Contractors shall address any assumptions and proposed exceptions to the Contracting Officer in the Cover Letter of their proposal. 6. This SAPR is not authorization to begin performance, and in no way obligates the Government for any costs incurred by the offeror associated with developing a proposal. The Government reserves the right not to award a contract in response to this SAPR. Prior to commencement of any activities associated with the performance of this requirement, the Government will issue a written directive or contractual document signed by the Contracting Officer with appropriate consideration established. 7. Proposals are due by 10:00 AM (Central Standard Time) on 5 May 2025. Submit proposals electronically via email to Mr. Elijah Dodd at elijah.dodd@us.af.mil and Ms. Amber Climaco at amber.climaco@us.af.mil. All electronic submissions shall reference the complete SAPR number in the subject line. LATE PROPOSALS WILL NOT BE ACCEPTED. Amber Climaco Contracting Officer 3 Attachments: Pricing Worksheet Provisions and Clauses Product Specifications
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a1cf2a228fd84838be77885e497ce049/view)
- Place of Performance
- Address: Pope Army Airfield, NC 28308, USA
- Zip Code: 28308
- Country: USA
- Zip Code: 28308
- Record
- SN07426709-F 20250502/250430230047 (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 |