Skip to main content

An official website of the United States government

You have 2 new alerts

Building 503 Cargo Elevator Modernization and Upgrade

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Feb 08, 2022 02:32 pm MST
  • Original Published Date: Nov 30, 2021 03:04 pm MST
  • Updated Date Offers Due: Feb 15, 2022 03:00 pm MST
  • Original Date Offers Due: Dec 14, 2021 03:00 pm MST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 02, 2022
  • Original Inactive Date: Dec 29, 2021
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 3960 - FREIGHT ELEVATORS
  • NAICS Code:
    • 333921 - Elevator and Moving Stairway Manufacturing
  • Place of Performance:
    Hill AFB , UT 84056
    USA

Description

Combined Synopsis/Solicitation 
Building 503 Cargo Elevator Modernization and Upgrade


(i)    This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued.

(ii)    Solicitation Number: FA8227-22-Q-ELEV
This solicitation is issued as a Request For Quote (RFQ). 

(iii)    This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2022-02.

(iv)    
Contracting Officer's Business Size Selection    Full and Open Competition
NAICS Code    333921
Small Business Size Standard    1,000

(v)    
CLIN    Qty    U/I    Description
0001    1    LO    Cargo Elevator Equipment
0002    1    LO    Cargo Elevator Installation

(vi)    Description of  item(s) to be acquired:

This requirement is for the modernization and upgrade of the Cargo Elevator located in building 503 at Hill Air Force Based for the 309th  CMXG.  See attached purchase description for detailed item requirements.

(vii)         Delivery and place:

•    6 months After Receipt of Order
•    FOB Destination

(viii)    The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1500 MT, 15 February 2022, via electronic mail to david.padgett@us.af.mil
a.    Provide Cage code when submitting offer
b.    Provide work experience similar or identical to this requirement

(ix)    The provision at 52.212-2 Evaluation-Commercial Items 
 (a) 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. The following factors shall be used to evaluate offers:
(i)    Price
(ii)    Technically Acceptable with the ability to comply with the Product Description provided within this solicitation package 

(b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. Offers will be evaluated on their proposed Total Evaluated Price (TEP).  The contract will be awarded to the company with lowest price offers, which also fully meets all specifications. The next lowest offer will only be evaluated the aforementioned offer is not found technically acceptable (and so on). The contract will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror(s) within the time for acceptance specified in the offer, shall result in a binding agreement without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
  
(x)    The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition and a statement regarding any addenda to the clause.

(xi)    FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019)


52.202-1    Definitions
52.203-3    Gratuities
52.203-17    Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights
52.204-7    System for Award Management
52.204-10    Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13    System for Award Management Maintenance
52.204-16    Commercial and Government Entity Code Reporting
52.204-18     Commercial and Government Entity Code Maintenance
52.204-19    Incorporation by Reference of Representations and Certifications
52.204-21    Basic Safeguarding of Covered Contractor Information Systems
52.204-22    Alternative Line Item Proposal

52.204-24     Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-25    Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
52.207-4     Economic Purchase Quantity-Supplies.
52.209-6    Protecting the Government’s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-7     Information Regarding Responsibility Matters
52.209-10    Prohibition on Contracting with Inverted Domestic Corporations
52.211-17     Delivery of Excess Quantities
52.222-3       Convict Labor
52.222-19     Child Labor---Cooperation with Authorities and Remedies.
52.222-26     Equal Opportunity
52.222-35    Equal Opportunity for Veterans
    52.222-36         Equal Opportunity for Workers with Disabilities
    52.222-50        Combating Trafficking in Persons
    52.223-18         Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13    Restrictions on Certain Foreign Purchases
52.229-3     Federal, State, and Local Taxes.
52.232-33    Payment by Electronic Funds Transfer—System for Award Management
52.232-39    Unenforceability of Unauthorized Obligations 
52.233-1    Disputes
52.233-3        Protest After Award
52.233-4        Applicable Law for Breach of Contract
52.242-13    Bankruptcy
52.247-34     F.o.b. Destination
52.252-1         Solicitation Provisions Incorporated by Reference
52.252-2        Clauses Incorporated by Reference
52.252-6        Authorized Deviations in Clauses
252.203-7000     Requirements Relating to Compensation of Former DoD Officials
252.203-7002    Requirement to Inform Employees of Whistleblower Rights
252.204-7003    Control of Government Personnel Work Product
252.204-7004    Alternate A, System for Award Management
252.204-7008     Compliance with Safeguarding Covered Defense Information Controls
252.204-7012    Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015    Notice of Authorized Disclosure of Information for Litigation Support
252.209-7004    Subcontracting with Firms that are Owned or Controlled by the Government of Another Country that is a State Sponsor of Terrorism
252.232-7003    Electronic Submission of Payment Requests and Receiving Reports
252.232-7006    Wide Area Workflow Payment Instructions
252.232-7010     Levies on Contract Payments
252.243-7001     Pricing of Contract Modifications
252.243-7002    Requests for Equitable Adjustment.
252.244-7000     Subcontracts for Commercial Items
5352.201-9101    Ombudsman
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official.
Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.    
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). 
(c) If resolution cannot be made by the contracting officer, the interested party may contact the Center ombudsmen, Ms. Melinda Schmidt AFMC OL_H/PZC 801-777-6549, Melinda.schmidt@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. 
        (d) The ombudsman has no authority to render a decision that binds the agency. 
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer”
         (End of clause)


(xii)    Additional Contract Requirement or Terms and Conditions:
N/A

(xiii)    Defense Priorities and Allocations System (DPAS): 
N/A

(xiv)    Proposal Submission Information:
All questions or comments must be sent to David “Nick” Padgett by email at david.padgett@us.af.mil, NLT 1500  MT, 08 February 2022. Offers are due by 1500 MT, 15 February 2022, via electronic mail to david.padgett@us.af.mil. 
    
(xv)    For additional information regarding the solicitation, contact Nick Padgett at david.padgett@us.af.mil or Costadena Bournakis at Costadena.Bournakis@us.af.mil.

Notice to Offerors: 
The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
This solicitation incorporates one or more clauses and/or provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):

https://www.acquisition.gov/

Attachments:
•    Purchase Description
 

Contact Information

Contracting Office Address

  • CP 801 777-8958 6038 ASPEN AVE BLDG 1289
  • HILL AFB , UT 84056-5805
  • USA

Primary Point of Contact

Secondary Point of Contact





History