COMBINED SYNOPSIS/SOLICITATION - FA441825Q0035
NPTU MACHINE SHOP MX – ACCURPRESS MACHINES
JOINT BASE CHARLESTON (JB CHS), SC
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 Request for Quotation (RFQ) number is FA441825Q0035 and shall be used to reference any written quote provided under this RFQ.
This RFQ provisions and clauses are those in effect through Federal Acquisition Circular 2025-03; Effective 01/17/2025.
This acquisition is unrestricted. The associated NAICS code is 811310 with a size standard of $12,500,000.00.
A list of line item numbers and items, quantities and units of measure (including options) can be found in Attch 03 NPTU Machine Shop Mx Accurpress Machines RFQ (fill-in).
The purpose of this requirement is to provide Performance Assurance (PA) and Comprehensive Calibration Analysis for two (2) Accurpress machines used by NPTU Repair, Joint Base Charleston, South Carolina as outlined in Attch 01 NPTU Machine Shop Mx Accurpress PWS.
Services shall have a period of performance of:
- Base Year: 01 July 2025 - 30 June 2026
- Option I: 01 July 2026 - 30 June 2027
- Option II: 01 July 2027 - 30 June 2028
- Option III: 01 July 2028 - 30 June 2029
- Option IV: 01 July 2029 - 30 June 2030
FAR 52.212-1, Instructions to Offerors – Commercial Items applies to this acquisition with the following Addenda;
There are five (5) attachments:
- Attachment 01 – PWS
- Attachment 02 - Wage Determination
- Attachment 03 – RFQ (fill-in)
- Attachment 04 – Clauses and Provisions
- Attachment 05 - Contractor Special Conditions
A response to this RFQ shall consist of one (1) completion of Attachment 03 – RFQ (fill-in).
A Firm Fixed Priced Contract is anticipated.
All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award.
Offerors may submit questions relating to this acquisition to the individual(s) identified in paragraph xv below.
Offerors must submit responses to this RFQ electronically by email to madison.nerenberg@us.af.mil.
FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition with the following Addenda;
The Government will award a contract resulting from this solicitation on the basis of the lowest evaluated priced offer meeting or exceeding the acceptability past performance standards.
The following factors shall be used to evaluate offers in the following relative order of importance:
- Price
- Past Performance
Price - Award will be based on the initial response. Offerors are encouraged to quote their most advantageous pricing up front. The Government will first rank quotations in order from lowest to highest total price.
Past Performance – he government will then begin evaluating recent and relevant past performance starting with the lowest priced offeror.
Recent is defined as performance during the preceding three (3) years from the date of issuance of this solicitation.
Relevancy is defined as services of the same magnitude such as the type of machinery maintenance performed, at a similar dollar value, and where the services provided include performing preventive maintenance as described in the solicitation PWS.
Evaluation of the offerors past performance is subjective and will result in a rating of (See Table 1 below) Substantial, Satisfactory, Neutral, Limited, or No Confidence. Offerors who do not have recent and relevant past performance relating to this requirement will receive a rating of “Neutral Confidence”.
- Substantial Confidence: Based on the offeror’s recent/relevant performance record, the Government has a high expectation the offeror will successfully perform the requirement.
- Satisfactory Confidence: Based on the offeror’s recent/relevant performance record, the Government has a reasonable expectation the offeror will successfully perform the requirement.
- Neutral Confidence: No recent/relevant performance record is available, or the offeror’s performance record is so sparse, no meaningful confidence assessment rating can be reasonably assigned. The offeror may not be evaluated favorably or unfavorably on the factor of past performance.
- Limited Confidence: Based on the offeror’s recent/relevant performance record, the Government has low expectation the offeror will successfully perform the requirement.
- No Confidence: Based on the offeror’s recent/relevant performance record, the Government has no expectation the offeror will successfully perform the requirement.
If the lowest priced offer receives a “Substantial Performance Confidence” Rating, that offer represents the best value for the Government and the evaluation process stops at this point; an award shall be made to that offeror without further consideration of any other offers.
If the lowest priced offeror is not judged to have a “Substantial Confidence” rating, the next lowest priced offeror will be evaluated, and the process will continue (in order of price lowest to highest) until an offeror is judged to have a “Substantial Confidence” rating or until all offerors are evaluated. The Government shall then make a best value award decision. The Government reserves the right to award to a Substantial Performance Confidence Rated offeror, and reserves the right to award to other than the lowest priced offeror.
All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov .
The clause at FAR 52.212-4, Contract Terms and Condition—Commercial Items, applies to this acquisition.
The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. See Attach 03 - Provisions and Clauses for FAR clauses cited in the clause that are applicable to the acquisition.
The following contract requirements or terms and conditions as determined by the Contracting Officer apply to this acquisition are referenced in Attach 03 - Provisions and Clauses.
This is not a Defense Priorities and Allocations System (DPAS) rated acquisition.
Offerors must submit responses to this Combined Synopsis/Solicitation electronically by email to the below individual NLT 6 June 2025, 2:00 PM EST. Email To: madison.nerenberg@us.af.mil.