Amendment 7: The purpose of this amendment is to update the Question and Answers (Q&A) attachment for questions received.
Amendment 6: The purpose of this amendment is to update the Question and Answers (Q&A) attachment for questions received.
Amendment 5: The purpose of this amendment is to (1) extend the response due date to 20 Aug 25 at 4:00pm PST, (2) to add new site visit information for a second site visit, and (3) to add a new question deadline of 15 Aug 25 at 4:00pm PST.
Site Visit 2 Information:
A second site visit will be held on 15 August 2025 at 8:30AM at 4091 Kinley Ave, Bldg 1733 Nellis AFB, NV 89191.
All interested vendors must complete the form at Attachment 6 with all personnel information who wish to attend the site walk. Attachment 6 must be completed and returned to our office by Wednesday 13 August 2025 NLT 12:00pm in order to attend (Please send to both Jenna Jacobson and Denina Hudson). This is a hard deadline. No vendor information received after the due date/time will be accepted.
No questions will be answered during the site walk but all vendors are encouraged to send questions to our office by 4PM on 15 August 2025 (Please send to both Jenna Jacobson and Denina Hudson). No questions received after the due date/time will be accepted. An Amendment will be posted to sam.gov to include a Q&A to allow all interested vendors to receive the same information.
Amendment 4: The purpose of this amendment is to extend the response due date to 12 Aug 25 at 4:00pm PST.
Amendment 3: The purpose of this amendment is to add a Question and Answers (Q&A) attachment for questions received.
Amendment 2: The purpose of this amendment is to extend the quote due date to 11 Aug 2025 at 9:00AM PDT, include site visit information, and include Attachment 6, Site Visit Form.
Site Visit Information:
A site visit will be held on 6 Aug 25 at 9:00AM at 4091 Kinley Ave, Bldg 1733 Nellis AFB, NV 89191.
All interested vendors must complete the form at Attachment 6 with all personnel information who wish to attend the site walk. Attachment 6 must be completed and returned to our office by Thursday 31 August 2025 in order to attend (Please send to both Jenna Jacobson and Denina Hudson). No questions will be answered during the site walk but all vendors are encouraged to send questions to our office by 6PM 6 August 2025 (Please send to both Jenna Jacobson and Denina Hudson). An Amendment will be posted to sam.gov to include a Q&A to allow all interested vendors to receive the same information.
Amendment 1: The purpose of this amendment is to include the overall Past Performance Record Rating Criteria below.
This is a Combined Synopsis/Solicitation for the acquisition of Mechanical System Closed Loop Maintenance Process( Cooling Tower). Please see attached Statement of Work (Attachment 2) for further details.
(i) This is a combined synopsis/solicitation for commercial products 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. Simplified Acquisition Procedures (FAR Part 13) will be used for requirement.
(ii) Solicitation Number: FA9302-25-Q-0061 **Please provide the full solicitation number on all packages**
Interested parties who believe they can meet all the requirements for the products described in this combined synopsis/solicitation are invited to submit, in writing, a complete quote.
Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted.
This solicitation is issued as a Request for Quote (RFQ).
(iii) The solicitation document attached and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2025-04, DFARS Change 01/17/2025 and DAFFARS Change 10/16/2024.
(iv) THIS REQUIREMENT WILL BE: For the acquisition of Mechanical System Closed Loop Maintenance Process( Cooling Tower). The North American Industry Classification System (NAICS) number for this acquisition is 238220 “Plumbing, Heating, and Air Conditioning Contractors” with a size standard of $19,000,000.
(v) Delivery: Period of Performance will be 5 years (1 Year w/ up to four (4) Option Years).
(vi) The provision at FAR 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services (Sep 2023), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/.
Offerors shall prepare their quotations in accordance with FAR 52.212-1. In addition, the following information shall be included:
PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE:
1. SAM UEI:
2. TIN Number:
3. CAGE Code:
4. Contractor Name:
5. Payment Terms (NET 30) or Discount:
6. Point of Contact Name and Phone Number:
7. Email address:
8. Warranty:
9. Date Offer Expires:
10. FOB Destination:
11. Estimated Delivery Lead Time:
12. Completed copy of FAR 52.212-3, Alt I, Offeror Representations and Certifications—Commercial Products and Commercial Services (Feb 2024) – or - notification that FAR 52.212-3 representations and certifications are available on SAM.gov
(vii) The provision at FAR 52.212-2, Evaluation—Commercial Products and Commercial Services (Nov 2021) applies to this acquisition. 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:
***Please read the evaluation criteria closely. If vendor does not provide a full response, it will be found unresponsive***
The solicitation provides that quotations will be evaluated using Best Value. Award will be made to the vendor whose quote provides the Best Overall Value. All offerors will be evaluated using the following evaluation criteria:
- Past Performance
- Price
- Technical Capabilities
Past Performance will be weighted more heavily than Price and Technical Capabilities.
Price and Technical Capabilities will be weighted equally.
Instructions to offerors:
Please also include the following in/with your quotes:
- Completion of Attachment 3, Past Performance Information Form (PPIF), identifying 3 recent and relevant contracts. For any Subcontractor performing at least 50% of the work, a PPIF shall be submitted for that entity as well. The Government reserves the right to include any known contracts being performed by a particular contractor or subcontractor to use as consideration for the overall past performance evaluation.
- In order to be considered recent, the contract must have been performed within the last 6 months.
- In order to be considered relevant, the contract must include chemical water treatment of chilled water HVAC systems OR the same or similar scope of work as identified in the SOW (Attachment 2).
-Delivery lead time
-Identification of open market items (if applicable)
-Details regarding any warranties or support plans applicable to this purchase
-Quote validity period
-CAGE/UEI *must* be on the quote
-Discount Terms
-Quotes should be no longer than 5 pages.
Evaluation:
- Past Performance: Each offeror’s PPIF will be reviewed and a Past Performance Questionnaire (PPQ), found at Attachment 4, will be sent to the identified POC/s found on each contractor or subcontractor’s PPIF. Using the information included in the returned PPQs, the Government will evaluate the quality of the performance of the contractor or subcontractor on each effort and will consider each past contract’s quality when evaluating overall past performance.
Past Performance evaluations will use the following scale for each past performance citation/contract: Exceptional, Satisfactory, Unacceptable.
- Exceptional: Has at least one rating of Exceptional or Very Good and no ratings less than Satisfactory in each area of the PPQ (Technical Performance, Program Management).
- Satisfactory: Has no Marginal or Unsatisfactory ratings in any area of the PPQ.
- Unsatisfactory: Has at least one or more Marginal or Unsatisfactory ratings in any area of the PPQ.
An aggregate rating will be given to the overall Past Performance Record using the following rating scale for each Contractor: Substantial Confidence, Satisfactory Confidence, Neutral Confidence, Limited Confidence. Offerors without a record of recent/relevant past performance, or for whom information on past performance is so sparse that no meaningful confidence assessment rating can be reasonably assigned, will receive a "Neutral Confidence" rating for the Past Performance factor and are not evaluated favorably or unfavorably on past performance.
- Substantial Confidence: Contractor has at least one Exceptional and no Unsatisfactory Past Performance citation/contract.
- Satisfactory Confidence: Contractor has no Exceptional or Unsatisfactory Past Performance citation/contract.
- Limited Confidence: Contractor has at least one Unsatisfactory Past Performance citation/contract.
- Price: Price will be reviewed and considered to determine the best value.
- Technical Capability: Technical capability will be reviewed on a pass/fail basis. The offeror’s quote should include sufficient information for the Government to determine that the contractor can fulfill the minimum requirements of the SOW (Attachment 2).
The Government will award a purchase order resulting from the RFQ to the responsible offeror whose quote is responsive to the RFQ and considered to be the Best Value based on the evaluation criteria above.
(viii) Offerors must have completed copies of applicable provisions in sam.gov. Offers will be considered incomplete if not completed.
(iv) The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services (Nov 2023), applies to this acquisition.
(x) The clause at FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (May 2024), applies to this acquisition.
(xi) Defense Priorities and Allocation System (DPAS): N/A
(xii) Quote Submission Information:
It is the government’s intent to award without discussions. Therefore, each initial quote should contain the offeror’s best terms from a price and technical standpoint. However, the government reserves the right to conduct discussions if the Contracting Officer (CO) determines that discussions are necessary.
Offers are due by 11 August 2025 at 9:00 AM, Pacific Standard Time (PST).
Offers must be sent via email to both Jenna Jacobson (jenna.jacobson@us.af.mil) AND Denina Hudson (denina.hudson@us.af.mil). No late submissions will be accepted.
(xiv) For additional information regarding this solicitation contact:
Primary Point of Contact:
Denina Hudson
661-277-9659
Contract Specialist
Secondary Point of Contact:
Jenna Jacobson
Jenna.jacobson@us.af.mil
Contracting Officer
QUESTION PERIOD: The period for questions regarding this RFQ will end at 6:00 PM PDT on 6 August 2025. Please send all questions to the CO and CS via email at jenna.jacobson@us.af.mil and denina.hudson@us.af.mil. Phone inquiries are not available currently. All questions and answers will be posted to this RFQ.
Attachments:
- Solicitation FA9302-25-Q-0061
- Statement of Work
- Past Performance Information Form (PPIF)
- Past Performance Questionnaire
- WD2015-5593
- Site Visit Form