5/28/2025 RFI #2 Questions from vendors:
Q. If the generator will arrive on a flatbed trailer and a forklift / crane will be needed to ofload. Are you capable of doing this?
A. Yes, Base supply has forklifts as well as loading ramps in base supply to offload the equipment.
5/27/2025 RFI Questions from vendors:
Q. What is the generator for? For example, what will it be powering? What are you pulling for the amps? Also, how many amps per voltage?
A. This generator is critical for maintaining operational readiness at our base during commercial power disruptions. Its primary purpose is to support essential medical equipment and, crucially, ensure the integrity of our vaccine supply by powering our refrigeration units. We anticipate a power load of 50 amps
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.
(ii) Solicitation number FA660625Q0014, is hereby issued as a Request for Quotes (RFQ) for a Portable Generator and Trailer. A contract will be issued without discussions as a Firm-Fixed Price (FFP) award utilizing FAR Part 13, Simplified Acquisition Procedures.
(iii) This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2025-03 and the Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20250117, and Defense Air Force Federal Acquisition Regulation Supplement 20241016. It is the contractor's responsibility to become familiar with applicable provisions and clauses by visiting https://www.acquisition.gov/.
(iv) This solicitation is a 100% small business set aside and is restricted to small businesses only in accordance with FAR 19.502-2(b). The North American Industry Classification System Code (NAICS) is 335312 – Generators and Generator Sets, Electrical; Small Business Size Standard is 1250 employees.
(v) For Price and Technical Acceptability, the Vendor MUST provide:
a. Unit & total price per CLIN as outlined in the attachment "Solicitation CLIN Schedule (Fillable)"
b. A detailed quote meeting the minimal requirements listed in “Statement of Objectives (SOO) Generator Clinic” attached, including the Warranty description
c. Submit “FA660625Q0014 Clause Set” if applicable.
(vi) Description of Requirement: The vendor will provide proposed pricing for a reliable, portable, trailer-mounted diesel generator to provide backup power for critical systems, including refrigeration. The generator must have a minimum power output of 20/25 KW (with selector switch) and be capable of 120, 127, 139, 240, 254, 277V (single phase) and 208, 220, 240, 416, 440, 480V (3 phase) reconnectable output. It must be liquid-cooled, with a noise level of 72 dBA or lower, and a weight suitable for easy transport on Westover. The trailer must include a pintle hook and be designed for easy handling and maneuverability. The generator must also meet or exceed all applicable safety and regulatory standards. All minimal specifications are listed in “Statement of Objectives (SOO) Generator Clinic” attached.
(vii) Acceptance/Delivery is FOB destination: 439 MSG/CE, 250 Patriot Avenue, Westover ARB, MA 01022-1537 United States
(viii) Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.
Quotes must include the following information: Pricing, Company Name & Address, Point of Contact, Telephone, Email, Cage Code, UEI Number, and Business Size.
Unless already completed on SAM.gov as part of annual certifications, vendors MUST certify provision 52.204-24 and 52.204-26 by completing the attached PDF titled, “FA660625Q0014 Clause Set” and submitting it with their Quote.
Vendor Solicitation amendments, if any, need to be acknowledged.
(ix) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. This requirement will be awarded on the basis of Lowest Price Technically Acceptable (LPTA):
Price - Total evaluated price will be used and will be calculated by determining the sum of CLIN 0001.
Technical Acceptability - Quotes will be evaluated on an acceptable or unacceptable basis. To receive an acceptable rating, vendors MUST provide detailed information regarding warranties for each item, including duration and coverage. Failure to provide warranty information may result in disqualification.
(x) Unless already completed on SAM.gov as part of annual certifications, Vendors MUST certify provision 52.212-3 - Offeror Representations and Certifications-Commercial Items by filling in the appropriate fields in attached PDF titled, “FA660625Q0014 Clause Set” and submitting with your Quote.
(xi) Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.
(xii) Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.
(xiii) IAW FAR 52.204-16, prospective awardees shall have an active Cage Code prior to award of a government contract. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/SAM/. All vendors interested and capable of obtaining contract award must be registered with the Wide Area Work Flow (WAWF) located at https://piee.eb.mil/piee-landing/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered.
(xiv) Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition.
(xv) Quotes must be submitted via email no later than (NLT) 2:00 PM EDT Wednesday 28 May 2025 to rosalie.connelly.1@us.af.mil & kyle.kalagher.1@us.af.mil with "Solicitation FA660625Q0014 " in the subject line. Requests for Information (RFI) concerning this requirement must be submitted in writing to the email list above no later than 2:00 PM EDT Wednesday 21 May 2025.
(xvi) Questions concerning this solicitation should be directed to rosalie.connelly.1@us.af.mil & kyle.kalagher.1@us.af.mil. Ensure to include the solicitation number “FA660625Q0014” in the subject line.