AMENDMENT 0001
The purpose of this amendment is to answer requests for information received:
1) Can you please ask if there are bushing height or dimensional requirements since these appear to be replacements for existing?
ANSWER: We don’t have any special dimensional requirement, except by the footprint of the existing transformer. The new transformer needs to fit in the existing concrete pad, pads are approximately 80" x 60".
2) Is this bid open to reconditioned units?
ANSWER: No. We require brand new units only.
3) Can you also ask if they are interested in removal/disposal, or selling their existing transformer? They would need to waive the UL requirement.
ANSWER: Not applicable at this time. We are just acquiring the transformer and getting delivered it to the base. Once we are in the process of replacing the existing transformer with the new equipment, the government could be open to discussion.
THE SOLICITATION DUE DATE OF MONDAY 29 SEPTEMBER 2025 AT 12:00 PM EDT REMAINS UNCHANGED.
*************************************************************************************************************
(i) This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, FAR 13 – Simplified Acquisition Procedures and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, Offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.
(ii) Solicitation Number: FA664825Q0027
This solicitation is issued as a request for quote (RFQ). Please provide the full solicitation number on all packages. Interested parties who believe they can meet ALL the requirements for the items described in this combo synopsis/solicitation are invited to submit, in writing, a complete quote package.
(iii) This solicitation document and incorporated provisions and clauses for commercial products and commercial services are those in effect through Federal Acquisition Circular 2025-05, DPN 20250117 and DAFAC 2024-1016
(iv) THIS REQUIREMENT WILL BE: 100% SMALL BUSINESS SET-ASIDE. NAICS Code is 335311, size standard: 800 (employees).
(v) CLIN Nomenclature
CLIN 0001: MSA Transformer (B285): 45KVA, 13.2KV - 208Y/120V 4-wire wye Qty: 1 Each
CLIN 0002: MSA NW Fence Lighting Transformer: 300KVA, 13.2KV - 480V Delta Qty: 1 Each
CLIN 0003: MSA NE Fence Lighting Transformer: 45KVA, 13.2KV - 480V Delta Qty: 1 Each
CLIN 0004: TACAN (B844. Next to the runway) Transformer: 75KVA, 13.2KV - 208Y/120V Qty: 1 Each
(vi) Description of items to be acquired-
Complete listing of required transformers including all salient characteristics and performance requirements can be found in attachment 2 – Statement of Work HARB Distribution Transformers.*
*Quote packages should include any applicable shipping/transportation charges required.
(vii) Period of Performance:
- Please indicate delivery/lead time on Quote.
Ship Address to:
Building 213 – Supply and Equipment Warehouse
Homestead Air Reserve Base
29350 Westover Street
Homestead ARB, FL 33039
FOB: DESTINATION
System for Award Management. In order for an Offeror to be considered for award, the Offeror must be registered in System for Management Award (SAM). Visit the SAM website at https://www.sam.gov for further information.
If you are not registered, and active (with a CAGE Code), you cannot receive an award.
(viii) The provision at 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition. Provisions and clauses can be viewed via internet at https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. Class deviations can be found at https://www.acq.osd.mil/dpap/dars/class_deviations.html.
SPECIAL INSTRUCTIONS:
ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items
Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included:
Offerors shall submit quotes via email, to Contracting Officer, Sandy Guite at sandy.guite@us.af.mil. Please note the maximum file size is 20MB. Emails over this file size will not be received. If your quote package is larger than 20MB you will need to submit using DoDSAFE procedures. To request a DoDSAFE link be sent to you please email the contracting officer at least 2 business days prior to closing of the solicitation to request a link be sent to you.
Offers are due by MONDAY 29 SEPTEMBER 2025 at 12:00 PM Eastern Daylight Time (EDT) via electronic mail.
Email Format: The subject line of all emails that comprise the proposal shall be formatted as follows: Subject: FA664825Q0027/Company Name/Email X of X (insert number of the email and total number of emails)
PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE:
- UEI:
- CAGE Code:
- Contractor Name:
- Payment Terms (net30) or Discount:
- Period of Acceptance:
- Point of Contact and Phone Number:
- Email address:
- Warranty:
- Offers shall include specification sheets for quoted transformers
- Quoted pricing should include enough details to support proposed product meets minimum salient characteristics included in the Statement of Work.
(ix) The provision at 52.212-2, Evaluation - Commercial Items applies to this acquisition. Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR part 13.106. The evaluation criteria is LOWEST PRICE TECHNICALLY ACCEPTABLE.
ADDENDUM to 52.212-2, Evaluation – Commercial Items.
The Government will award a firm fixed price purchase order resulting from this solicitation to the offeror responsible whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.
This is a lowest price technically acceptable (LPTA) RFQ. The following factors shall be used to evaluate offers:
- Price
- Technical capability of the item offered to meet the Government requirement.
- Past Performance
(b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which also fully meets all specifications. Only the lowest priced proposal will be evaluated for technical acceptability to be based on whether or not the quote clearly meets the minimum requirements of this solicitation and attachment 2 - Statement of Work HARB Distribution Transformers on a pass/fail basis. Past performance will be assessed on a pass/fail basis based on FAPIIS exclusions, CPARS ratings (if available) and SPRS scores obtained independently by the government. The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM).
(c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items, with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable.
(xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause.
(xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition.
(xiii) It is the Offeror’s responsibility to be familiar with applicable provisions and clauses. See https://gov.ecfr.io and https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. Class deviations can be found at https://www.acq.osd.mil/dpap/dars/class_deviations.html.
For your convenience all applicable provisions and clauses are included in the attached Model Contract – FA664824Q0027 (Attachment 1).
(xiv) Additional Contract Requirement or Terms and Conditions:
N/A
(xv) Defense Priorities and Allocation System (DPAS):
N/A
(xvi) Proposal Submission Information:
Offers are due by MONDAY 29 SEPTEMBER 2025 at 12:00 PM Eastern Daylight Time (EDT) via electronic mail.
(xvii) For additional information regarding this solicitation contact:
Sandy Guité at sandy.guite@us.af.mil,