COMBINED SYNOPSIS/SOLICITATION
This combined synopsis/solicitation is expected to result in the award of a firm-fixed-price contract for AEE Certified Energy Manager CEM Certification for Wright Patterson AFIT CE 2950 Hobson Way, Area B, WPAFB, OH 45433-7142, as described under the requirements section of this combined synopsis/solicitation and accompanying requirements attachment. This combined synopsis/solicitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.
This combined synopsis/solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) FAC 2025-04, effective 12 May 2025; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20241511 and amendments, effective 17 January 2025; and Department of the Air Force Acquisition Regulation Supplement (DAFFARS) Air Force Acquisition Circular (AFAC) , effective 12 June 2024.
This announcement constitutes the combined synopsis/solicitation; proposals are being requested and a written solicitation will not be issued. An award, if any, will be made to the lowest priced Offeror who submits a proposal that:
1. Conforms to the requirements of the combined synopsis/solicitation.
2. Receives a rating of “Acceptable” on the Technical Capability evaluation factor.
3. Contains the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable.
*Please include the total quoted price in the submission email or on a cover page of the quote.
The combined synopsis/solicitation number for this requirement is FA8601-25-Q-0079 and is hereby issued as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures.
The associated North American Industrial Classification System (NAICS) code is 611310 with a small business size standard of 34.5 million dollars. This acquisition is a full and open competition and only qualified offerors may submit quotes in accordance with (IAW) the Performance Work Statement (PWS) dated 24 February 2025 (Attachment 1).
NAICS Code: 611310 – College, Universities and Professional Schools
Small Business Size Standard: 34.5 million dollars
The comparative evaluation consists of these Contract Line Items Number (CLIN), which should be structured in Attachment 3: CLIN Structure, Clauses and Provisions.
Acceptable means of Submission: All submissions must be submitted electronically to both of the following email addresses, brian.algeo.1@us.af.mil and candice.snow@us.af.mil, by Friday, 13 June 2025 by11:00 AM Eastern Daylight Time.
.
Any correspondence sent via email must contain the subject line “FA8601-25-Q-0079, AEE Certified Energy Manager CEM Certification”. The entire quote must be contained in a single email, unless otherwise approved, including attachments. Please note: due to the email server, any emails that exceed 5 megabytes might not go through. Emails with compressed files are not permitted. Note that email filters at Wright-Patterson Air Force Base are designed to filter emails without subject lines or with suspicious subject lines or content (i.e., .exe or .zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the email filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent. The email filter may delete any other form of attachments. A confirmation email will be sent once the quote l is received. If you do not receive a confirmation email within 24 hours of submitting the quote, please reach out to the point of contact listed on the solicitation.
Submittal of quotes in response to this solicitation constitutes agreement by the Offeror to all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet website https://www.acquisition.gov. The Government reserves the right to award without discussions or make no award depending upon the quality, price fairness, and price reasonableness of the quotes received.
Delivery Schedule: Will be scheduled after award
Delivery Destination:
AFIT CE
ATTN: Haloye Cortez
2950 Hobson Way Area B
WPAFB, OH 45433
Delivery Type: FOB Destination (As defined in FAR 2.101—Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.)
Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination.
Requirement: According to Performance Work Statement (PWS) dated 24 February 2025
Basis for Award: The Government will award a contract resulting from this RFQ to the responsible Offeror whose offer conforms to the requirements outlined in Attachment 1 Performance Work Statement (PWS) and is most advantageous to the Government, price and other factors considered. Technical Capability and Price will be used to evaluate all offers.
Technical or Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government’s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation.
Price: The Government will evaluate the price by adding the total of all line item prices, including all options.
The proposals may be in any format but MUST include:
1. Proposing company’s name, address, Cage Code, UEI and TIN.
2. Point of contact’s name, phone, and email.
3. Quote number & date.
4. Timeframe that the proposal is valid.
5. Individual item price.
6. Total price, No Progress Payments.
7. Shipping (FOB Destination).
8. Completed copy of representations and certifications (Attachment 2)
Important Notice to Contractors: Proposals MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements outlined in the PWS (Attachment 1).
All prospective awardees must also have a completed SPRS Assessment. This clause has been updated in the award contract. In order to complete the assessment, follow the instructions at (https://www.sprs.csd.disa.mil/).
Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this combined synopsis/solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow – Receipt and Acceptance (WAWF – RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/.
ADDITIONAL INSTRUCTIONS TO OFFERORS
The following paragraphs in the provision at FAR 52.212-1-Instructions to Offerors-Commercial Items are tailored as follows:
(a) North American Industry Classification System (NAICS) code and small business size standard are as specified above.
(b) Submission of offers is as prescribed in the text of this combined synopsis/solicitation.
Proposal Content: Proposals shall consist of two separate parts, a technical proposal and a price proposal.
Proposal Detail: The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted.
Embellishments Not Desired: Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired.
Technical Proposal: Describe how the offeror will provide for the furniture as described in the SOW.
Attachments:
- Performance Work Statement (PWS)
- Model Contract
- Reps & Certifications
Please direct all questions to Brian Algeo, brian.algeo.1@us.af.mil