***************************************************************************************
Amendment#1 (Questions & Answers):
Q1) "We are to provide an all inclusive price to supply, ship and install the plow on the truck correct?"
A1) Price should be all-inclusive: Cost of Plow, Shipping, Installation and any components needed for installation
Q2) "Are we connecting the plow to an existing mount on a truck or is the mount to be included in the pricing of the supply and install of the truck?"
A2) Plow would be mounted to an existing truck here on base (Refer to Attachments provided in this solicitation). Depending on the purchased plow, a different mount may need to be supplied/worked into the quote. Any quotes will need to include any special parts, mounts, hardware to be able to hook up to our plow truck. New plow should be ready to use once installation is completed.
**************************************************************************************
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on Contracting Opportunities.
This RFQ is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the Government for reimbursement. The Government reserves the right to cancel this RFQ either before or after the closing date. In the event the RFQ is cancelled, the Government has no obligation to reimburse costs associated with preparing and providing a quote.
The Request for Quote (RFQ) number is FA671225Q0018.
This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-04. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. Clauses can be accessed in full text at this address: www.acquisition.gov
The NAICS code is 333120 and the Small Business Standard is 1,250 Employees
The proposed contract is 100% total set-aside for Small Business.
Award shall be made on the evaluation basis of Lowest Price Technically Acceptable.
The Pittsburgh 911th Airlift Wing located in Coraopolis, PA is seeking quotes from small business vendors for the following:
CLIN 0001:
- Runway snowplow, Wausau "Blue Max" plow (Brand name or Equal). Shall not be less than 50" High and shall be 16'-18' in length
NOTE:
Per FAR 52.211-6, “Brand Name or Equal”, any brand name or equal must meet the following essential salient physical, functional and performance characteristics:
Any quote offering an "Equal" Wausau “Blue Max” plow must comply with the requirements in 52.211-6 to be considered. Quote submissions for an "Equal" snowplow must clearly demonstrate how the "Equal" meets the essential characteristics described in
Attachment #1. Quotes that do not clearly demonstrate how the “Equal” meets the essential characteristics will be deemed non-responsive and not considered for award. It is the responsibility of the vendor to make sure all essential features are clearly identified within their respective quote.
To be considered for an award, offers of "equal" products, including "equal" products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in the solicitation.
Clearly identify the item by Brand name, if any; and Make or model number. Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer.
Salient Characteristics, data plate of vehicle and coinciding photo's attached.
INSTRUCTIONS TO OFFERORS: Use Attachment #2 “Pricing Template” to submit pricing. Vendors may submit additional literature and/or specification details in addition to the pricing template to clearly demonstrate how an Equal snowplow meets the minimum essential characteristics shown in Attachment #1.
52.212-2, Evaluation - Commercial Items is applicable to this procurement. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation is most advantageous to the Government, price and other factors considered. Quotes will be evaluated based on the following criteria:
- Technical Acceptability
- Price
Technical Evaluation Ratings:
Rating: Acceptable
Description: Submission clearly meets brand name Wausau "Blue Max" plow or Equal
Rating: Unacceptable
Description: Submission does not clearly meet brand name Wausau "Blue Max" plow or Equal
FAR CLAUSES AND PROVISIONS
52.204-7, System for Award Management
52.204-13, SAM Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.211-6, Brand Name or Equal
52.212-1, Instructions to Offerors - Commercial Items
52.212-3 Alt I Offeror Representations and Certifications – Commercial Items
52.212-4, Contract Terms and Conditions - Commercial Items
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities Relating to Iran – Representations and Certifications
52.204-26 Covered Telecommunications Equipment or Services-Representation
52.232-39 Unenforceability of Unauthorized Obligations
52.243-1, Changes Fixed Price (AUG 1987)
52.247-34, F.O.B-Destination
52.252-2 Clauses Incorporated by Reference
52.252-6, Authorized Deviations in Clauses
52.212-5, Contract Terms and Conditions Required to Implement Statutes or
Executive Orders - Commercial Items as follows:
-52.207-7, Prohibition on a ByteDance covered application
- 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
- 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
- 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
- 52.219-28, Post-Award Small Business Program Representation (Jul 2013)
- 52.222-3, Convict Labor
- 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016)
- 52.222-21, Prohibition of Segregated Facilities (Apr 2015)
- 52.222-26, Equal Opportunity (Sep 2016)
- 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014)
- 52.222-50, Combating Trafficking in Persons
- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011)
- 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)
- 52.232-33, Payment by Electronic Funds Transfer--System for Award Management
- 52.222-41, Service Contract Labor Standards
- 52.222-42, Statement of Equivalent Rates for Federal hires
- 52.222-55, Minimum Wages Under Executive Order 13658
- 52.222-62, Paid Sick Leave Under Executive Order 13706
DFARS CLAUSES AND PROVISIONS
252.203-7000 Requirements Relating to Compensation of Former DoD
Officials,
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.203-7005 Representation Relating to Compensation of Former DoD
Officials
252.204-7008 Compliance With Safeguarding Covered Defense Information
Controls
252.204-7015, Disclosure of Information to Litigation Support Contractors
252.204-7016, Covered Defense Telecommunications Equipment or Services—Representation
252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation
252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.204-7022, Expediting Contract Closeout
252.204-7024, Notice on the Use of the Supplier Performance Risk System
252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism
252.211-7003 Item Identification and Valuation
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001, Buy American Act & Balance of Payments Program
252.225-7002, Qualifying Country Sources as Subcontractors
252.225-7036, Buy American Act, Free Trade Agreements, Balance of
Payments Program
252.225-7048, Export Controlled Items
252.232-7003, Electronic Submission of Payment Requests and receiving Reports
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies on Contract Payments
252.244-7000, Subcontracts for Commercial Items
AFFARS Clauses
5352.201-9101, Ombudsman
5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances
5352.242-9000 Contractor Access to Air Force Installations 11/1/2012
System for Award Management (SAM): Vendors must be registered in the
SAM database to be considered for award. Registration is free and can be
completed on-line at http://www.sam.gov/.
Method of quote submission: email to jay.de_leonibus@us.af.mil
All quotes shall include price(s), a point of contact, name and phone number,
CAGE Code, business size under NAICS Code 333120 and payment terms.
Each response must clearly indicate the capability of the vendor to meet all
specifications and requirements.
Advance/partial payments are not authorized.
Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I if not updated in SAM.
The Point of Contact for this solicitation is Jay De Leonibus, who can be reached at email jay.de_leonibus@us.af.mil