Skip to main content

An official website of the United States government

You have 2 new alerts

AMARG Hazardous Material Storage Building

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Sources Sought (Original)
  • Original Published Date: Jan 23, 2025 03:03 pm MST
  • Original Response Date: Feb 03, 2025 08:00 am MST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 18, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5410 - PREFABRICATED AND PORTABLE BUILDINGS
  • NAICS Code:
    • 332312 - Fabricated Structural Metal Manufacturing
  • Place of Performance:
    Tucson , AZ 85707
    USA

Description

COMBO SYNOPSIS - SOLICITATION

Hazardous Material Storage Building

  1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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.

  1. Solicitation FA4877-25-Q-A116 is issued as a Request for Quotation (RFQ).

  1. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-02 effective 01/03/2025. The DFARS provisions and clauses are those in effect to DFARS dated 12/18/2024. The DAFFARS provisions and clauses are those in effect to DAFAC 06/12/2024 effective 06/12/2024. The Wage Determination 2015-5473 Revision #24 Dated 12/22/2024 will be incorporated into the final contract award.

  1. The associated North American Industrial Classification System (NAICS) code for this procurement is 332312 with a small business size standard of 750 EMP. This requirement is issued as a Total Small Business Set-Aside.  

  1. The Government intends to award a Firm-Fixed Price contract for Hazardous Material Storage Building. This request is for the Line items, quantities and unit of measure as shown on Attachment 1 – Pricing Schedule.  

  1. The contractor shall provide the specified part numbers below or equal. Equal products shall meet or exceed the following specifications outlined in the provided Salient Characteristics document – Attachment 2.

            

  1. The delivery shall occur no later than 3 months ARO. All items shall be delivered to the

309th Aerospace Maintenance and Regeneration Group (AMARG) – FOB DESTINATION.

  1. FAR 52.212-1 Instructions to Offerors -- Commercial Items (Sep 2023) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda:

     (g) The Government intends to evaluate offers and award without discussion but reserves the right to conduct discussions. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.

  1. FAR 52.212-2 Evaluation – Commercial Products and Commercial Services (Nov 2021) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda:

              (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:

                    Technical Capability - defined and referred to within this solicitation document as the offeror’s capability to meet the defined salient characteristics of the products identified supported by technical data sheet for all products offered.

                   Lead Time – defined as offeror’s stated ability to provide all products requested on or before the timeline specified in section (vii) of this solicitation.

                   Price – defined as the offeror’s total price for all Line items and quantities as requested in Attachment 1 – Pricing Schedule.

  1. Each offeror shall include a completed copy of the provision at FAR 52.212-3 and Alternate I, Offeror Representations and Certifications--Commercial Products and Services (May 2024); or confirmation of registration in www.sam.gov with access to complete Reps & Certs.

  1. The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (Dec 2022), is hereby incorporated by reference, with the same force and effect as if it were given in full text.

  1. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders – Commercial Items (Mar 2023), is hereby incorporated by reference, with the same force and effect as if it were given in full text.

  1. 52.252-1 -- Solicitation Provisions Incorporated by Reference.

Solicitation Provisions Incorporated by Reference (Feb 1998)

This solicitation incorporates one or more solicitation 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):

          www.acquisition.gov

Additionally, the following clauses and provisions apply to this acquisition:

FAR 52.203-12

Limitation On Payments To Influence Certain Federal Transactions

Jun 2020

FAR 52.204-7 (P)

System for Award Management

Oct 2018

FAR 52.204-8 (P)

Annual Representation and Certifications

Mar 2023

FAR 52.204-10

Reporting Executive Compensation and First-Tier Subcontract Awards

June 2020

FAR 52.204-13

System for Award Management Maintenance

Oct 2018

FAR 52.204-16 (P)

Commercial and Government Entity Code Reporting

Aug 2020

FAR 52.204-17 (P)

Ownership or Control of Offeror

Aug 2020

FAR 52.204-18

Commercial and Government Entity Code Maintenance

Aug 2020

FAR 52.204-19

Incorporation by Reference of Representations and Certifications

Dec 2014

FAR 52.204-20 (P)

Predecessor of Offeror (see Attachment 2)

Aug 2020

FAR 52.204-24

 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.

Nov 2021

FAR 52.204-26

Covered Telecommunications Equipment or Services-Representation

Oct 2020

FAR 52.222-22

Previous Contracts and Compliance Reports

Feb 1999

FAR 52.232-23

Assignment of Claims

May 2014

FAR 52.232-39

Unenforceability of Unauthorized Obligations

Jun 2013

FAR 52.232-40

Providing Accelerated Payments to Small Business Subcontractors

Mar 2023

FAR 52.233-1

Disputes

May 2014

FAR 52.237-2

Protection of Government Buildings, Equipment, and Vegetation

Apr 1984

FAR 52.247-34

F.O.B. – Destination

Nov 1991

DFARS 252.203-

7000

Requirements Relating to Compensation of Former DoD Officials

Sep 2011

DFARS 252.203-7002

Requirement to Inform

Dec 2022

DFARS 252.203-

7005

Representation Relating to Compensation of Former DoD Officials

Sep 2022

DFARS 252.204-

7003

Control of Government Personnel Work Product

Apr 1992

DFARS 252.204-

7015

Safeguarding Covered Defense Information and Cyber Incident Reporting

Jan 2023

DFARS 252.204-7016

Covered Defense Telecommunications Equipment or Services – Representation

Dec 2019

DFARS 252.204-7017

Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services – Representation

May 2021

DFARS 252.204-7018

Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

Jan 2023

DFARS 252.215-

7008 - (P)

Only One Offer

Dec 2022

DFARS 252.232-

7003

Electronic Submission of payment Requests and receiving reports

Jun 2012

DFARS 252.232-

7006

Wide Area Workflow Payment Instructions

Dec 2018

DFARS 252.232-

7010

Levies on Contract Payments

Dec 2006

DFARS 252.243-

7001

Pricing of Contract Modifications

Dec 1991

DFARS 252.243-

7002

Request For Equitable Adjustment

Dec 2022

DFARS 252.244-

7000

Subcontracts for Commercial Items

Nov 2023

AFFARS 5352.201-

9101

Ombudsman

Oct 2019

DAFFARS 5352.242- 9000

Contractor Access To Air Force Installations

Oct 2019




 

  1. NOTICE TO ALL INTERESTED PARTIES: Questions shall be submitted to Patricia Murray via e-mail at: patricia.murray.6@us.af.mil by 8:00AM MST, Tuesday, 28 January 2025. Quotes are due no later than 8:00AM MST Monday, 3 February 2025.  Quotes shall include the following:
  1. Part 1- Technical Acceptability - Submit one (1) copy of Technical Data Specification Sheet for each Line Item offered maximum (5) pages.
  2. Part 2- Price – Submit one (1) completed, signed copy of Attachment 1 - Pricing Schedule and itemized quote.
  3. Part 3- Representations And Certifications (Reps/Certs) – Submit IAW para (x) above

Quotes shall be submitted via email to the Contracting Officer - Patricia Murray patricia.murray.6@us.af.mil  For information regarding this solicitation, contact Patricia Murray at (520) 228-3095.

CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTS

    Attch #:

Item Description:

Page(s):

1

Pricing Schedule

      1

2

Salient Characteristics

      2

Contact Information

Contracting Office Address

  • ADMIN ONLY NO REQTN CP 520 228 3131 3180 S CRAYCROFT RD BLDG 2525
  • DAVIS MONTHAN AFB , AZ 85707-3522
  • USA

Primary Point of Contact

Secondary Point of Contact





History