Amendment 0001
The purpose of Amendment 0001 is to:
a. Revise the SAM.gov combined synopsis and solicitation posting with the following changes:
---Revise the sentence from "This solicitation closes on Sunday, 31 August 2025 at 12:00 pm (noon) Pacific Daylight Time (PDT)" to "This solicitation closes on Tuesday, 09 September 2025 at 12:00 pm (noon) Pacific Daylight Time (PDT)".
b. Amend Attachment 3 - W9124R-25-Q-A015 – SF 1449 with the following changes:
---Extend the solicitation closing date from 31 August 2025 at 12:00 PM PDT to 09 September 2025 at 12:00 PM PDT
---The changes are reflected in Attachment 4 - Solicitation Amendment W9124R25QA0150001 SF 30. The offeror shall sign the amendment to acknowledge the changes. Any current or future amendments, the Offeror shall sign them and include them when submitting proposals.
d. Uploaded Attachment 4 - Solicitation Amendment W9124R25QA0150001 SF 30 to reflect the changes made in the solicitation.
e. No other changes to the solicitation have been made.
REQUEST FOR QUOTE (RFQ)
The United States Army Yuma Proving Ground (USAYPG), Yuma, Arizona is requesting a quote for is to provide annual full operational flow testing and certification of Ultra High-Speed Deluge (UHSD) Systems at the U.S. Army Yuma Proving Ground (YPG) and to provide both scheduled and un-scheduled repairs as needed to keep the system fully operational. Only experienced designers, engineers, and installers who understand the system’s capabilities and limitations should provide the design, specification, installation, and certification of the deluge system. The scope of the contract shall include the UHSD systems installed in buildings 3130, 3716, 3482, as well as the 4 Pyrotech portable UHSD systems at the U. S. Army Yuma Proving Ground.in accordance with the Performance Work Statement (PWS). This will result in a non-personal services contract. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to perform services specified in Part 5 of the PWS.
This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined solicitation for commercial items, as supplemented with additional information included in this notice. This requirement is a commercial item acquisition in accordance with FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. Quotations are being requested for solicitation no. W9124R-25-Q-A015.
The solicitation and resultant award will consist of Contract Line-Item Number (CLIN) 0001, 1001, 2001, 3001, and 4001 refer to Attachment 3 - W9124R-25-Q-A015 – SF 1449. Offeror is required to provide a unit price and total overall price on CLINs 0001, 1001, 2001, 3001, and 4001. Offeror must quote on all items to be eligible for award.
This solicitation will result in a single-award, Firm Fixed Price contract. This requirement is being solicited as a 100 percent small business set-aside. The North American Industry Classification Systems (NAICS) Code is -811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance which was considered and selected as this industry comprises establishments primarily engaged in the repair and maintenance of commercial and industrial machinery and equipment. Establishments in this industry either sharpen/install commercial and industrial machinery blades and saws or provide welding (e.g., automotive, general) repair services; or repair agricultural and other heavy and industrial machinery and equipment (e.g., forklifts and other material handling equipment, machine tools, commercial refrigeration equipment, construction equipment, and mining machinery). The associated SBA size standard for the referenced NAICS is $12.5 million.
The period of performance including all options is:
Base Period: 01 October 2025 –30 September 2026
Option Period 1: 01 October 2026 –30 September 2027
Option Period 2: 01 October 2027 –30 September 2028
Option Period 3: 01 October 2028 –30 September 2029
Option Period 4: 01 October 2029 –30 September 2030
Offeror that fails to furnish required representation or technical information as required by Federal Acquisition provisions 52.212-1 or reject the terms and conditions of this solicitation shall be excluded from consideration. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accessed in full text at https://www.acquisition.gov/.
The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable (LPTA), whereby Technical Capability is the primary factor in accordance with technical requirements in the PWS, and Lowest Price is the secondary factor when the proposal meets the acceptability standards identified. Tradeoffs are not permitted. An award will be made on an all-or-nothing basis.
To meet the technical capability requirements, the offeror shall supply a qualified technician that possesses and maintains the certifications detailed in the key personnel section of the PWS (section 1.10). The offeror shall provide a resume and any necessary certifications to show that the technician is qualified (required qualifications listed in section 1.10 of the PWS) to perform the work specified in part 5 of the PWS.
The quote shall include all transportation costs to USAYPG Yuma, Arizona 85365-9498. Arizona vendors are to include Arizona Privilege Tax. Transportation (if applicable) shall be incorporated into your quoted price. Payment will be made through Wide Area Workflow. Delivery shall be made to USAYPG, AZ 85365-9498 with F.O.B (Freight on Board) Destination in accordance with FAR 52.247-34.
Payment will be made through Wide Area Workflow (WAWF). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAR 2025-03 effective 17 January 2025 and DFARS Change 01/17/2025 effective 17 January 2025. Offeror is required to complete FAR clause 52.212-3 in full text in Attachment 3 - W9124R-25-Q-A015 – SF 1449.
If you have any questions, please contact Kristen Long, Contract Specialist, by phone at (928) 328-2978 or by email at kristen.m.long6.civ@army.mil or Amanda M. Ramirez, Contracting Officer, by phone at (928) 328-4146 or by email at amanda.m.ramirez24.civ@army.mil prior to closing.
This solicitation closes on Tuesday, 09 September 2025 at 12:00 pm (noon) Pacific Daylight Time (PDT). Electronic quotations are acceptable and must be received on or before the closing date and time of this solicitation. Quotes are required to be sent by e-mail to the point of contact specified in this solicitation. You must include reference to RFQ W9124R-25-Q-A015 in the subject line.
Attachments:
Attachment 1 – PWS
Attachment 2 - Service Contract Act WD 2015-5475 Rev.26
Attachment 3 - W9124R-25-Q-A015 – SF 1449
Attachment 4 - Solicitation Amendment W9124R25QA0150001 SF 30