Skip to main content

An official website of the United States government

You have 2 new alerts

MXG Working Breathing Air repair, replacement, and service

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 (Original)
  • Original Published Date: May 09, 2024 01:01 pm CDT
  • Original Date Offers Due: Jun 20, 2024 02:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jul 05, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J045 - MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Flowood , MS 39232
    USA

Description

This is a combined synopsis/solicitation for Working Breathing Air for 172AW in accordance with the PWS. Also, in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

Solicitation number W50S7H-24-R-A002 is being issued as a Request for Quote (RFQ) with OPEN MARKET PRICING. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-04, effective 5-01-2024 and the Defense Federal Acquisition Regulations (DFARS) Publication Notice (DPN) 20240425 dated 4-25-2024. It is the contractors' responsibility to be familiar with applicable clauses and provisions.

This is a Request for Quote for Working Breathing Air. Solicitation number W50S7H24RA002 is being issued as a Request for Quote (RFQ). This requirement is being Set-Aside for Small Business under NAICS 811310 with a size standard of $12.5M.

The 172d Airlift Wing, Base Contracting Office, Jackson, MS intends to issue a contract for removal, replacement, repair, and service on working and breathing air systems across three buildings:

CLIN 0001 – Bldg 237 Breathing Air Compressor Repair, Qty 2

CLIN 0002 – Bldg 237 Breathing Air Purifier New Equipment and Installation, Qty 1

CLIN 0003 – Bldg 237 Working Air Compressor New Equipment and Installation, Qty 1

CLIN 0004 – Bldg 237 Working Air Dryer New Equipment and Installation, Qty 1

CLIN 0005 – Bldg 235 Working Air Compressors New Equipment and Installation, Qty 2

CLIN 0006 – Bldg 235 Working Air Dryers New Equipment and Installation, Qty 2

CLIN 0007 – Bldg 102 RM 1080 Compressor service, Qty 1

CLIN 0008 – Bldg 102 RM 1080 Air Dryer service, Qty 1

CLIN 0009 – Bldg 102 RM 1080 Install compressor exhaust duct, Qty 1

CLIN 0010 – Bldg 237 Breathing Air Compressor Service, Qty 2, Option yr 1

CLIN 0011 – Bldg 237 Breathing Air Purifier Service, Qty 1, Option yr 1

CLIN 0012 – Bldg 237 Working Air Compressor Service, Qty 1, Option yr 1

CLIN 0013 – Bldg 237 Working Air Dryer Service, Qty 1, Option yr 1

CLIN 0014 – Bldg 235 Working Air Compressors, Qty 2, Option yr 1

CLIN 0015 – Bldg 235 Working Air Dryers, Qty 2, Option yr 1

CLIN 0016 – Bldg 102 RM 1080 Compressor service, Qty 1, Option yr 1

CLIN 0017 – Bldg 102 RM 1080 Air Dryer service, Qty 1, Option yr 1

CLIN 0018 – Bldg 237 Breathing Air Compressor Service, Qty 2, Option yr 2

CLIN 0019 – Bldg 237 Breathing Air Purifier Service, Qty 1, Option yr 2

CLIN 0020 – Bldg 237 Working Air Compressor Service, Qty 1, Option yr 2

CLIN 0021 – Bldg 237 Working Air Dryer Service, Qty 1, Option yr 2

CLIN 0022 – Bldg 235 Working Air Compressors, Qty 2, Option yr 2

CLIN 0023 – Bldg 235 Working Air Dryers, Qty 2, Option yr 2

CLIN 0024 – Bldg 102 RM 1080 Compressor service, Qty 1, Option yr 2

CLIN 0025 – Bldg 102 RM 1080 Air Dryer service, Qty 1, Option yr 2

CLIN 0026 – Bldg 237 Breathing Air Compressor Service, Qty 2, Option yr 3

CLIN 0027 – Bldg 237 Breathing Air Purifier Service, Qty 1, Option yr 3

CLIN 0028 – Bldg 237 Working Air Compressor Service, Qty 1, Option yr 3

CLIN 0029 – Bldg 237 Working Air Dryer Service, Qty 1, Option yr 3

CLIN 0030 – Bldg 235 Working Air Compressors, Qty 2, Option yr 3

CLIN 0031 – Bldg 235 Working Air Dryers, Qty 2, Option yr 3

CLIN 0032 – Bldg 102 RM 1080 Compressor service, Qty 1, Option yr 3

CLIN 0033 – Bldg 102 RM 1080 Air Dryer service, Qty 1, Option yr 3

CLIN 0034 – Bldg 237 Breathing Air Compressor Service, Qty 2, Option yr 4

CLIN 0035 – Bldg 237 Breathing Air Purifier Service, Qty 1, Option yr 4

CLIN 0036 – Bldg 237 Working Air Compressor Service, Qty 1, Option yr 4

CLIN 0037 – Bldg 237 Working Air Dryer Service, Qty 1, Option yr 4

CLIN 0038 – Bldg 235 Working Air Compressors, Qty 2, Option yr 4

CLIN 0039 – Bldg 235 Working Air Dryers, Qty 2, Option yr 4

CLIN 0040 – Bldg 102 RM 1080 Compressor service, Qty 1, Option yr 4

CLIN 0041 – Bldg 102 RM 1080 Air Dryer service, Qty 1, Option yr 4

CLIN 0042 – Troubleshooting/diagnostic, Qty 25, option

Period of Performance: Shall be within 30 days after award notification. If this is unable to be met, please indicate estimated time required to complete the service in accordance with the PWS.

Special Requirements: Vendor must be within 30-mile radius of installation in order to provide the response time need for urgency of repair of equipment.

Submission Requirements: Vendors must submit company information with their quote to include: Point of Contact (POC), POC phone number, POC email address, company CAGE Code, UEI, Tax Identification Number, and payment discount terms. Also, provide all certifications required to complete this type of service within industry standards and the Performance Work Statement.  If there are any exceptions or assumptions, please annotate as such on your quote.

Include all applicable fees, including delivery (prepay & add is not acceptable); warranty information; setup and training; and estimated delivery time, if different than requested as stated on the attached specifications.

Electronic Submission of Payment Request and Receiving Reports DFAR 252.232-7003, apply to this requirement. In order for vendors to be paid, all vendors must now use an E-invoicing system called Wide Area Work Flow (WAWF). Questions on WAWF must be directed to the WAWF Help Desk (available 24/7) at 866-618-5988.

Wage Determination: Currently, Wage Determination Number 2015-5153 Revision No. 23 dated 12/26/2023 for Rankin County is applicable to this purchase order. Rates can be found at https://sam.gov/wage-determination/2015-5153/23. However, the current prevailing Wage Determination will be incorporated at the time of award. In the event the current prevailing Wage Determination is changed by the Department of Labor after the closing date of this solicitation, the updated Wage Determination will be incorporated by amendment and issued to all Offerors that have not been eliminated from the competition. If applicable, these Offerors will be given a reasonable opportunity to provide revised quotes solely to amend quotes due to Wage Determination changes.

Quotes will be evaluated based on Best Value to the Government according to Price, Technical Acceptability, and Performance History. Additionally, offerors shall be certified within industry standards to perform work as described in the PWS. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ.

Quotes are due no later than 2:00 P.M. CDT, Thursday, June 20th, 2024. Please email quotes to kady.fontenot@us.af.mil.

SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register online go to http://www.sam.gov/.

Clauses and provisions incorporated by reference may be accessed via the Internet at https://www.acquisition.gov/

Only firm fixed price offers will be evaluated. Award will be made (all or none) to one contractor.

Funds are not presently available for this contract. Currently, the Government anticipates funds will become available prior to but no later than 30 Sep 2024. This action has been identified on the National Guard priority list for award if funds become available and the prices received are within an awardable range.

Offers providing less than 90 calendar days for Government acceptance after the date offers are due will not be considered and will be rejected.

A Site Visit is scheduled for 16 May 2024 at 9am CST, Bldg 102 Room 1074, ELEN shop. Attendance is not mandatory but would be beneficial to potential offerees. If you want to provide better/accurate pricing, then you are welcome to do a diagnostic at no cost to the government at the time of the site visit. Due to security conditions, all offerors must register to attend this site visit. Email the following information for all attendees to at the following addresses:

Subject Line: SITE VISIT W50S7H-24-R-A002, MXG Working Breathing Air-Bldg 102, 235, 237       

Email to: kady.fontenot@us.af.mil

Email Body: Visitor’s Name

Company representing

Driver’s License No., State Issued and Expiration Date

Date of Birth

Citizenship Status

This information must be provided in advance, 2 business days prior to the meeting, in order to ensure access to the military base. Even if you have access to the base you must register. This information will be provided to the Base Security Forces who will authorize your entrance to the site.

At the Main Entry Gate, visitors may be required to present the following information upon arrival: (1) Vehicle Registration, (2) Valid Drivers License, (3) Proof of Insurance for Vehicle, (4) Safety Inspection and Car Rental agreement if applicable. Any of the above information furnished by you is protected under the Privacy Act and shall not be released unless permitted by law and/or you have consented to such.

Information provided at this site visit shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply.

The following FAR and DFARS provisions and clauses apply to this solicitation:

FAR 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009

FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

FAR 52.204-7, System for Award Management

FAR 52.204-8,  Annual Representations and Certifications

FAR 52.204-9, Personal Identity Verification of Contractor Personnel

Far 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards

Far 52.204-13, System for Award Management Maintenance

FAR 52.204-16, Commercial and Government Entity Code Reporting

FAR 52.204-18, Commercial and Government Entity Code Maintenance

FAR 52.204-19, Incorporation by Reference of Representations and Certifications

FAR 52.204-20, Predecessor of Offeror

FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems

FAR 52.204-22, Alternative Line Item Proposal

FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities

FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.204-25, Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.204-26, Covered Telecommunications Equipment or Services—Representation

FAR 52.204-27, Prohibition on ByteDance Covered Application

FAR 52.209-2, Prohibition Contracting with Inverted Domestic Corporations Representation

FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations

FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under and Federal Law

FAR 52.211-10, Commencement, Prosecution, and Completion of Work

FAR 52.212-1, Instructions to Offerors, Commercial Items

FAR 52.212-3, (Dev), Offeror Representations and Certifications-Commercial Items - Alternate I (Note: Offerors are to provide a completed copy of the representations and certifications contained in this provision) (Deviation 2023-O0002, Rev 1)

FAR 52.212-4, Contract Terms and Conditions – Commercial Items

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, applies to this acquisition, and these additional FAR clauses cited in the clause are applicable to the acquisition:

FAR 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Standards

FAR 52.211-10, Commencement, Prosecution, and Completion of Work

FAR 52.212-1, Instructions to Offerors--Commercial Items

FAR 52.212-3, Offeror Representations and Certifications-Commercial Items

FAR 52.212-4, Contract Terms and Conditions-Commercial Items

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items

FAR 52.217-5, Evaluation of Options

52.217-8, Option to Extend Services

52.217-9, Option to Extend the Term of the Contract

FAR 52.219-28, Post Award Small Business Program Representation

FAR 52.222-3,  Convict Labor

FAR 52.222-19, Child Labor – Cooperation with Authorities and Remedies

FAR 52.222-21, Prohibition of Segregated Facilities

FAR 52.222-22, Previous Contracts and Compliance Reports

FAR 52.222-26, Equal Opportunity

FAR 52.222-35, Equal Opportunity for Veterans

FAR 52.222-37, Employment Reports for Veterans

FAR 52.222-50, Combating Trafficking in Persons

FAR 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Service-Requirements

FAR 52.223-5, Pollution Prevention and Right-to-Know Information

FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving

FAR 52.225-13, Restrictions on Certain Foreign Purchases

FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications

FAR 52.232-1, Payments

FAR 52.232-19, Availability of Funds for the Next Fiscal Year

FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management

FAR 52.232-36, Payment by Third Party

FAR 52.232-39, Unenforceability of Unauthorized Obligations

FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors

FAR 52.233-3, Protest after Award

FAR 52.233-4,  Applicable Law for Breach of Contract Claim

FAR 52.237-1, Site Visit

FAR 52.237-3, Continuity of Services

FAR 52.244-6, Subcontracts for Commercial Products and Commercial Services

FAR 52.252-1, Solicitation Provisions Incorporated by Reference

FAR 52.222-41, Service Contract Labor Standards

FAR 52.222-42, Statement of Equivalent Rates for Federal Hires

FAR 52.222-55, Minimum Wages Under Executive Order 13658

FAR 52.233-3, Protest after Award

FAR 52.252-1, Solicitation Provisions Incorporated by Reference

FAR 52.252-2, Clauses Incorporated by Reference

FAR 52.252-6, Authorized deviations in Clauses

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials

DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights

DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials

DFARS 252.204.7003, Control of Government Personnel Work Product

DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls

DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting

DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support

DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services—Representation

DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation

DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

DFARS 252.204-7024, Notice on the Use of the Supplier Performance Risk System

DFARS 252.211-7003, Item Unique Identification and Valuation

DFARS 252.223-7008, Prohibition of Hexavalent Chromium

DFARS 252.225-7000, Buy American—Balance of Payments Program Certificate

DFARS 252.225-7001, Buy American and Balance of Payments Program

DFARS 252.225-7036, Buy American—Free Trade Agreements—Balance of Payments Program

DFARS 252.225-7048, Export-Controlled Items

DFARS 252.225-7055, Representation Regarding Business Operations with the Maduro Regime

DFARS 252.225-7056, Representation

DAFRS 252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region – Representation

DFARS 252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region

DFARS 252.232-7003, Electronic Submission of Payment Requests

DFARS 252.232-7006, Wide Area Workflow Payment Instructions

DFARS 252.232-7010, Levies on Contract Payments

DFARS 252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites – Representation

DFARS 252.244-7000, Subcontracts for Commercial Items

DFARS 252.247-7023, Transportation of Supplies by Sea

DFARS 5352.201-9101, Ombudsman

Contact Information

Contracting Office Address

  • KO FOR MSANG DO NOT DELETE 141 MILITARY DR AW 30
  • JACKSON , MS 39232-8881
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Jul 05, 2024 10:55 pm CDTCombined Synopsis/Solicitation (Original)