This is a combined synopsis/solicitation for commercial items prepared in accordance with format Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued.
The solicitation 70LGLY25QGLB00072 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-05. This procurement is a 100% Small Business set-aside and the associated NAICS code 334513 with Size Standard 500.
A site visit will not be conducted.
The Government reserves the right to reject any or all offers any time prior to award; to negotiate with any or all offerors; and to award to the offeror submitting the offer determined by the Government to be Best Value to the Government. The Contracting Officer will determine the acceptance of each offer. A nonresponsible and/or non-responsive offer will preclude an evaluation and subsequent award for all uncompleted submissions.
This solicitation requires registration with the System for Award Management (SAM) prior to submission of offer, and at time of award, and during contract performance and through final payment of any award pursuant to applicable regulations and guidelines to the following to be consistent with the FAR 4.1102 Policy and FAR Provision 52.204-7, System for Award Management, and FAR Clause 52.204-13, System for Award Management Maintenance. Offeror must be registered in The System for Award Management (SAM) database prior to award. For registration, please visit The System for Award Management (SAM) website at http://www.sam.gov.
Contractors must be able to pass security background investigations to gain access to Federal Government secured facility.
REQUIREMENT:
The Department of Homeland Security (DHS), Federal Law Enforcement Training Centers (FLETC) located in Glynco, GA has a requirement for Boiler Inspections Services. See attachments for solicitation requirement details.
INSTRUCTIONS TO OFFERORS
The Offeror shall submit the following:
A. PRICING
- Offerors shall submit firm-fixed pricing inclusive of all cost required by this solicitation. Pricing shall include completed SF 1449, Schedule B, Block 20 for schedule of supplies/services. The contract type for this contract is a Firm-Fixed price (FFP).
B. TECHNICAL
- Offerors shall submit a Capability Statement to address meeting the requirements in Performance Work Statement (PWS) Part 5- Specific Tasks, Task 1-Boiler Inspections. Submission should be no more than ten (10) pages. Each page is to be no larger than letter size (8.5x11 inches); front and back; font is to be no smaller than Times New Roman font 11; margins are 1 inch top, bottom, and sides; and Microsoft Office compatible. All tables, exhibits, etc., are to be included in the page limit.
The statement shall include at a minimum the following:
-
- Offeror’s has necessary permits, licensures, qualified staff, and certifications required to perform boiler inspections listed in the Performance Work Statement (PWS) Part 5- Specific Tasks, Task 1-Boiler Inspections.
- Contractors must submit proof of accreditation and inspector certifications, along with a proposed schedule for inspections.
C. PAST PERFORMANCE
1. The offeror shall submit a minimum of two (2) references of relevant and recent past performance of the requirement on Attachment 1: Past Performance format. "Relevant' is defined as work that is the same or very similar to the work being identified in the PWS. “Recent” means performed within the past five (5) years.
Quotes shall be submitted electronically via email Gretchen.Lovell@fletc.dhs.gov and are due no later than August 28, 2025, 4:00 PM ET. Reference Solicitation No. 70LGLY25QGLB00072 in email Subject Line.
Phone calls are not permitted. Questions are to be submitted via email with a cutoff date COB August 26, 2025. Q&A posting will be issued by solicitation amendment.