Skip to main content

An official website of the United States government

You have 2 new alerts

OWS STI-SP001 Inspection

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: Combined Synopsis/Solicitation (Original)
  • Original Published Date: May 23, 2024 03:39 pm EDT
  • Original Date Offers Due: Jun 07, 2024 01:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jun 22, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: F109 - ENVIRONMENTAL SYSTEMS PROTECTION- LEAKING UNDERGROUND STORAGE TANK SUPPORT
  • NAICS Code:
    • 541380 - Testing Laboratories and Services
  • Place of Performance:
    Niagara Falls , NY 14304
    USA

Description

Department of the Air Force

Niagara Falls ARS

Requirement Title: Niagara ARS OWS STI Inspection

Solicitation Number: FA667024Q0004

Solicitation Issue Date: 24 May 2024

Response Deadline: 7 June 2024 no later than 1:00 PM EDT

Point(s) of Contact: Senthan Mahendrarasa, Contract Specialist / Matthew Crum, Contracting Officer

Email Address: senthan.mahendrarasa@us.af.mil; matthew.crum.9@us.af.mil

General Information

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. 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. Only firm fixed price offers will be evaluated.

1. This solicitation is being issued as a Request For Quotation (RFQ) in accordance with FAR subpart 12.6.

2. This solicitation document and incorporated provisions and clauses are those in effect through:

Federal Acquisition Circular 2024-04

Defense Federal Acquisition Regulation Change 04/25/2024

Department of the Air Force Federal Acquisition Circular 2023-0707

3. This acquisition is a 100% Small Business set aside. The North American Industry Size Classification System (NAICS) code associated with this requirement is 541380. The Small Business Size Standard associated with this NAICS is $19,000,000.

Requirement Information

The 914 MSG/CE has a requirement for a removal of water/sludge in an underground storage tank followed by a STI-SP001 out of Service Inspection on Niagara Falls Air Reserve Station in accordance with the attached Performance Work Statement and associated documents:

Attachment 0: Combined Synopsis Solicitation RFQ (this document).

Attachment 1: OWS STI Inspection – 21 Jan 24

Place of Delivery/Performance/Acceptance/FOB Point:

F.O.B. Destination; Deliver to Niagara Falls Air Reserve Station

Instructions to Offerors

To be considered responsive, offerors must submit the following via e-mail to senthan.mahendrarasa@us.af.mil and matthew.crum.9@us.af.mil by the RFQ Deadline of 7 June 2024, 1:00 pm EDT:

1. Quote (Contractor’s Price Proposal)

2. Technical Capability Statement

Quote – Provide a quote showing total cost for this project. Include any additional pricing information you consider relevant.

Technical Capability Statement - Provide a detailed capability statement that addresses your cability to complete the PWS requirement. Capability statement should provide enough detail to show your company capable of performing the work required. If partnering/subcontracting, include capability statements that include what work they will complete and showing their capability to complete that work.

Only firm fixed price offers will be evaluated. To be eligible to receive an award resulting from this Solicitation, an offeror must be registered to receive Federal awards in SAM.gov and also have the NAICS code associated with this RFQ indicated on their SAM record.

This notice does not obligate the Government to award the contract. It does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote preparation costs.

Vendors who wish to respond to this notice must send responses NLT 7 June 2024, 1:00pm

EDT via email (subject: FA667024Q0004) to Senthan Mahendrarasa at senthan.mahendrarasa@us.af.mil and Matthew Crum at matthew.crum.9@us.af..mil. Quotations must meet all instructions put forth in this solicitation.

No phone calls will be accepted for this RFQ. Any questions relating to this solicitation must be submitted in writing to the contracting office. For questions, please contact Senthan Mahendrarasa at senthan.mahendrarasa@us.af.mil or Matthew Crum at matthew.crum.9@us.af..mil

Evaluation Criteria

This is a competitive commercial acquisition. The Government intends to award a single contract resulting from this RFQ to the responsive, responsible offeror whose quote conforms to the RFQ and will be most advantageous to the Government; price, and other factors considered. The following factors shall be used to evaluate offers:

Price

Technical Capability

Award will be made to the contractor with the lowest priced proposal, who’s Technical Capability is determined to meet the requirements of the PWS.

The government intends to award this contract without discussions. However, the government reserves the right to open discussions if it is in its best interest. The government will make award to the qualified contractor with the lowest price whose technical capability is determined to be acceptable.

Contact Information

Contracting Office Address

  • ADMINISTRATIVE ONLY NO REQUISITIONS 800 KIRKBRIDGE DR
  • NIAGARA FALLS , NY 14304-5000
  • USA

Primary Point of Contact

Secondary Point of Contact

History