COMBINED SYNOPSIS/SOLICITATION W9127N25QA071
TD Fire Extinguisher and Emergency Maintenance Services
U.S. ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT (CENWP)
1. This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with FAR Part 13, Simplified Acquisition Procedures, and additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
Solicitation W9127N25QA71 is a Request For Quotes under FAR Part 13 for the establishment of a single award, firm fixed price contract for Fire Extinguisher and Emergency Maintenance Services.
The Dalles Lock & Dam requires hydrotesting, as well as annual and monthly inspections of fire extinguisher (FE), self-contained breathing apparatus (SCBA), emergency breathing apparatus (EBA), compressed gas (oxygen) bottles, and automatic external defibrillator (AED).
2. Period of Performance (PoP). Base year with 1 Option Year:
- Base Year - 1 October 2025 - 30 Sept 2026.
- Option Year 1 - 1 October 2026 - 30 Sept 2027.
3. General Information: This effort is to include all associated works required and described in attachment 1 - TD Fire Ext & Maint. Service (PWS).
The solicitation document's incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 Effective date 06/11/2025.
This solicitation is advertised as a 100% Total Small Business Set-Aside under NAICS Code 541990 - All Other Professional, Scientific, and Technical Services with a Small Business Size Standard of $19.5M. All prospective offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award. Lack of active SAM registration will make an offeror ineligible for award.
Please review this solicitation in its entirety including all solicitation attachments provided herein and submit an offer for the requested services as outlined in Attachment 1 - PWS and Attachment 2 - Price Schedule
4. Description: The Government requests pricing, and O&M literature for the following item.
a. Refer to attachment 2 - Price Schedule
5. Instructions:
52.212-1 - INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (MAR 2023) - ADDENDUM
Proposals shall include the following:
a. UEI Number
b. Cage Code
c. Contractor Name
d. Payment Term (net30) or Discount
e. Point of Contact & Phone #
f. Email Address
g. Date Offer Expires
(i). Technical capability of the item offered to meet the Government requirement. Your quote package, MUST include spec sheets/information brochures for the services quoted in your package. Information should clearly show and demonstrate your company's ability to meet the stated requirement. Failure to provide enough information, will result in a determination of quote being unresponsive to the solicitation.
Offerors shall submit quotes via email, oral offers will not be accepted.
Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. For offerors with a current registration in the System for Award Management (SAM), complete paragraph (b) of the provision and submit with the response to the RFQ.
Any questions generated from this solicitation must be submitted to consuelo.j.kiser@usace.army.mil by 15 August 2025 by 12:00 PM Pacific Time (PT). When addressing questions concerning any aspect of the solicitation, state the page number, section, and paragraph that requires clarification. The Contracting Officer will provide clarification(s) through amendment(s) to the solicitation following receipt of any questions. Any questions received after 15 August 2025, 12 PM PT may not be answered.
Submissions: Quotes are due no later than 21 August 2025, at 5:00 PM PST. Offerors are responsible for verifying receipt of their quotes to this office before the offer due date and time. Facsimile (Fax) responses are not accepted. If you have any questions or concerns, you may contact Consuelo Kiser by email at consuelo.j.kiser@usace.army.mil. No late submissions will be accepted.
Quotes must be emailed to: consuelo.j.kiser@usace.army.mil & suzanne.w.hunt@usace.army.mil
Upon award and satisfactory completion of delivery, invoices shall be submitted as follows in accordance with FAR clause 52.212-4(g):
i. Submit one electronic PDF invoice to Millington (USACE Finance Center) via email address: CEFC-G2invoices@usace.army.mil; copy the COR, Wylesha Wilcox, Wylesha.L.Wilcox@usace.army.mil and Heather Pyles, Heather.L.Pyles@usace.army.mil on the invoice submission.
(End of provision)
6. Evaluation:
52.212-2 EVALUATION - COMMERICAL ITEMS (NOV 2021)
(The evaluation of quotes will be IAW FAR Part 13.106-2 (b). The total evaluated price will be calculated by totaling all contract line items (CLINs). The award will be made based on the best overall quote that is determined to be the most beneficial to the Government, with appropriate consideration given to the two (2) evaluation factors. The Government will award a Contract to the responsible Offeror whose quote conforms to the solicitation and is expected to result from selection of the technically acceptable quote with the lowest evaluated price. To be technically acceptable, an Offeror must submit a proposal that clearly meets the minimum requirements of the solicitation and determined acceptable based on the below evaluation factors.
6.1 Factors to be evaluated: The evaluation of all quotes will be:
Factor # 1 - will be rated as Acceptable or Unacceptable in accordance with the performance objectives stated in the Attachment 1 - TD Fire Ext & Maint. Service PWS and Attachment 2 - Price Schedule.
Factor #2 - Price. An evaluation will be performed on the proposed prices. The evaluation will not be assigned an adjectival rating, yet it will be evaluated for completeness and reasonableness.
(End of Provision)
6.2 Contracting Officer Authority
Only a warranted Contracting Officer (either a Contracting Officer or an Administrative Contracting Officer (ACO)), acting within the appointed limits, has the authority to issue modifications or otherwise change the terms and conditions of this contract. If an individual other than the Contracting Officer attempts to make changes to the terms and conditions of this contract, the contractor shall not proceed with the change and shall immediately notify the Contracting Officer. Proceeding with any work not authorized by the Contracting Officer will be at the Contractor's risk.
For additional information regarding this solicitation contact: Consuelo Kiser at consuelo.j.kiser@usace.army.mil
7. Attachments:
a. Solicitation
b. Attachment 1 - TD Fire Ext., and Maint. Service PWS.
c. Attachment 2 - Price Schedule
d. Attachment 3 - 20250708-WD Rev 28 2015-5583 (Klickitat & Wasco Counties)
e. Clauses and Provision, found at the end of Solicitation