Massachusetts Bids > Bid Detail

Halon Fire Extinguisher maintenance/repair BPA

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159894442756190
Posted Date: May 10, 2023
Due Date: Jun 6, 2023
Solicitation No: FA660623R0006
Source: https://sam.gov/opp/9ea94ae781...
Follow
Halon Fire Extinguisher maintenance/repair BPA
Active
Contract Opportunity
Notice ID
FA660623R0006
Related Notice
F5N3AM-BPA-FireExt
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Office
FA6606 439 CONF PK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: May 10, 2023 01:24 pm EDT
  • Original Published Date: May 04, 2023 12:01 pm EDT
  • Updated Date Offers Due: Jun 06, 2023 05:00 pm EDT
  • Original Date Offers Due: Jun 06, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jun 21, 2023
  • Original Inactive Date: Jun 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J012 - MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Chicopee , MA 01022
    USA
Description

5/10/2023: Update attachments to include a Request For Information (RFI) pdf titled: RFI MSG Halon Fire Extinguisher BPA. This document will address any questions asked by vendors. It will be updated whenever a question is received.





--------------------------------------------------------------------------------------------------------------------------------------------------------------------



(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; proposals are being requested and a written solicitation will not be issued.





(ii) Solicitation number FA660623R0006, is hereby issued as a Request for Proposal (RFP) for Halon Fire Extinguisher Service/Maintenance Blanket Purchase Agreement (BPA). A BPA 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 2023-03, Defense Federal Acquisition Regulation Supplement (DFARS) Publication Change Notice 04/27/2023, and AFFARS Change 3/1/2023. 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 811310 – Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, Small Business Size Standard is $12.5 million dollars.





(v) Price list: items, quantities, and units of measure:



*See Evaluation Factors for Award (page 39) in Solicitation FA660623R0006 in the attachments





(vi) Description of Requirement: The vendor will provide Maintenance and servicing of Halon Fire Extinguishers listed in the Performance Work Statement date 22 March 2023 found in solicitation FA660623R0006 starting on page 4.





(vii) Acceptance is FOB destination: 439 AMXS will deliver and pickup Halon Fire Extinguishers at vendors location. Vendor will not be responsible for pickup or delivery.





(viii) Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition.





Proposals must include the following information with their proposal: Pricing, Company Name & Address, Point of Contract, Telephone, Email, Cage Code, UEI number, and Business Size. Found on page 39 “Evaluation Factors for Award” in solicitation FA660623R0006 in the attachments.





Vendors MUST certify provision 52.204-24 and 52.204-26 by completing the attached PDF titled, “Provisions and Clauses Fill In” and submitting it with their proposals.





Vendor Solicitation amendments, if any, need to be acknowledged.





(ix) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. See attachment “Provisions and Clauses” for full text.





(x) Vendors must certify provision 52.212-3, Offeror Representations and Certifications-Commercial Items, if they have not completed the annual reps and certs in SAM, by filling in the appropriate fields in attached PDF titled, “Provisions and Clauses Fill In” and submitting with your Proposal.





(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 UEI number prior to award of a government contract. To register for a UEI number 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 to the POC electronically through email and receive payment via government purchase card for supplies or services rendered.





(xiv) Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition.





(xv) Proposals must be submitted via email no later than (NLT) 05:00 PM EDT, 06 June 2023 to robert.stacy.2@us.af.mil with "Solicitation FA660623R0006" in the subject line. Proposal for Solicitation FA660623R0006 concerning this requirement must be submitted in writing to the email list above NLT 12:00 PM EDT, 30 March 2023.





(xvi) Questions concerning this soliciting should be directed to Robert Stacy at robert.stacy.2@us.af.mil.





(xvii) The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 413 557 3508 250 AIRLIFT DR BLDG 2400
  • WESTOVER AFB , MA 01022-1508
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >