SOLICITATION NOTICE
61 -- Steam Generator AFRL West
- Notice Date
- 5/1/2025 2:58:10 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- FA9300 AFTC PZR EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Solicitation Number
- FA930025R6001
- Response Due
- 6/2/2025 7:00:00 AM
- Archive Date
- 06/17/2025
- Point of Contact
- Suzanna Kussman, Tyler Pittmon
- E-Mail Address
-
suzanna.kussman@us.af.mil, tyler.pittmon@us.af.mil
(suzanna.kussman@us.af.mil, tyler.pittmon@us.af.mil)
- Description
- This is a Combined Synopsis/Solicitation for the procurement of Steam Generator at Area 1-42. The Air Force Research Laboratory (AFRL) at Edwards AFB, CA has a requirement for the purchase and installation of one (1) steam generator/vessel to facilitate high altitude rocket testing at Area 1-42 at AFRL. This is a combined synopsis/solicitation for commercial products or commercial services 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; proposals are being requested, and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ), number FA930025R6001. THIS REQUIRMENT WILL BE: FULL & OPEN COMPETITION. The potential North American Industry Classification System (NAICS) codes assigned to this procurement is 335312 �Motor and Generator Manufacturing� and the Small Business Size Standard is 1,250 employees. The potential Product Service Code assigned to this procurement is 6115 �Generators and Generator Sets.� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03, January 17, 2025. Your response should include the quantity, unit of issue, unit(s) and total price of the requirement. Additionally, your proposal should provide sufficient data to support your total proposed price (i.e. labor rates, hours, profit, etc.). This acquisition requires a contractor who can fulfill the requirements as listed in the attached Statement of Work. Please review the Statement of Work, model contract, and all attachments to review the anticipated line-item structure and ensure understanding of the acquisition requirements. Estimated Period of Performance/Delivery: 81 Weeks ARO. Delivery information listed in the model contract is strictly an estimation. Offerors shall include a CLIN delivery schedule in their quote. --------------------------------------------------------------------------------------------------------------------- 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 response. All responsible sources may submit a quote which shall be considered by the agency. Offerors are required to submit with their response enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. The provision at FAR 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services (Sep 2023) applies to this acquisition. Please see the attached addendum for detailed instructions. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/. PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR RESPONSE: 1. SAM UEI 2. CAGE Code: 3. Contractor Name: 4. Payment Terms (net 30) or Discount: 5. POC Name, Phone Number, Email: 6. Warranty: 7. Date Offer Expires: 8. FOB Destination: 9: Estimated Delivery Lead Time: 10. Competed copy of FAR 52.212-3 Alt 1 (DEVIATION 2025-O0003, 2025-O0004), Offeror Representations and Certifications - Commercial Items (Mar 2025) or notification that FAR 52.212-3 representation and certifications are available on SAM.gov The provision at FAR 52.212-2, Evaluation�Commercial Products and Commercial 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. Please see the attached addendum for detailed evaluation criteria. The following factors shall be used to evaluate offers: ***Please read the evaluation criteria closely. If vendor does not provide a full response, it will be found unresponsive*** The solicitation provides that quotations will be evaluated through determination of the response which provides the Best Value to the Government. 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 agency will first rank quotations according to price, from lowest to highest, and will evaluate the lowest-priced quotation as a low, moderate, or high technical rating in accordance with the requirements, reserving the right to evaluate additional quotations if deemed to be in the best interest of the government. Evaluation of past performance will then be conducted by the Government to seek recent and relevant performance information on the lowest priced, technically high-rating offeror based on (1) the past efforts provided by the Prime Offeror via the Past Performance Questionnaire and (2) data independently obtained from other Government and commercial sources. The Government reserves the right to seek information on higher priced offerors if none of the lower priced responses allow for substantial confidence based on performance. The purpose of the past performance evaluation is to assess the degree of confidence the Government has in the offeror�s ability to supply the Steam Generator, that meets users� needs, based on the offerors demonstrated record of performance. Offerors with no recent/relevant performance history or if the offeror�s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned shall be considered neutral, meaning their performance is treated neither favorably nor unfavorably (neutral). Evaluation Factors: 1. Price 2. Technical Acceptability 3. Past Performance The clause at FAR 52.212-4, Contract Terms and Conditions�Commercial Products and Commercial Services (Nov 2023), applies to this acquisition. The clause at FAR 52.212-5 (DEVIATION 2025-O0003, 2025-O0004) Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services (Mar. 2025), applies to this acquisition. ** Please review attached model contract for complete list of anticipated provisions and clauses and complete as required. ** Additional Contract Requirement or Terms and Conditions: The final list of clauses is dependent upon actual dollar value of the contract award and may change from those provided in the attachment. Full text for the clauses and provisions can be accessed via https://www.acquisition.gov/. All interested vendors are hereby notified in order to view �Attachment - 7_Steam Generator Drawings� you must first request access via this SAM.gov posting. Defense Priorities and Allocation System (DPAS): N/A Response Submission Information: It is the government�s intent to award without discussions. Therefore, each initial response should contain the offeror�s best terms from a price and technical standpoint. However, the government reserves the right to conduct discussions if the Contracting Officer (CO) determines that discussions are necessary. Questions are due by 9 May 2025 at 4:00pm Pacific Daylight Time (PDT). Offers are due by 2 June 2025 at 7:00am Pacific Daylight Time (PDT). No late submissions will be accepted. Please submit questions and responses via email to the Contract Specialist: Suzanna Kussman, suzanna.kussman@us.af.mil, and the Contracting Officer: Tyler Pittmon, tyler.pittmon@usa.af.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9f2c58cb7b834214be3b1e5e04da396b/view)
- Place of Performance
- Address: Edwards, CA 93524, USA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN07428399-F 20250503/250501230050 (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 |