AMENDMENT TWO:
The purpose of this amendment is to add the following attachments:
- Atch. 03 Rev 1 Provisions and Clauses
AMENDMENT ONE
The purpose of this amendment is to remove Attachment 03 SF 1449 Provisions and Clauses. A new Attachment 03 will be provided 18 Feb 26.
COMBINED SYNOPSIS/SOLICITATION FA441826Q0017
FY 26 Barge Crane and Operator Rental
JOINT BASE CHARLESTON (JB CHS)/NAVAL WEAPONS STATION, SC
(i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and following simplified acquisition procedures fournd at FAR Part 13, and, 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) The Request for Quotation (RFQ) number is FA441826Q0017 and shall be used to reference any written quote provided under this RFQ.
(iii) The RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06; Effective 10/01/2025.
(iv) This acquisition is 100% set-aside for Small Business. The associated NAICS code is 238990 with a size standard of $19M.
(v) The CLIN schedule is provided in Attachment 1: RFQ Fill-in Sheet.
(vii) The purpose of this combined synopsis and solicitation is for the delivery of a Barge Crane & Operator Rental in accordance with (IAW) Performance Work Statement.
(viii) FAR Provision 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services applies to this acquisition and the following addendum applies. At a minimum, the offeror shall:
a. Offerors shall utilize RFQ Attachment One – Price Sheet to submit offered pricing in response to this RFQ.
b. Offerors shall submit a list of no more than three (3) past performance references for work performed within the past five (5) years as of the date of this solicitation. Past performance references should address the same or similar performance as this solicitation requires.
c. There are four (4) attachments:
Attachment 1: RFQ Fill-in Sheet
Attachment 2: Performance Work Statement
Attachment 3: Provisions and Clauses
Attachment 4: Wage Determination
d. A response to this RFQ shall consist of (1) completion of Attachment 1: RFQ Fill-in Sheet.
e. A Firm-Fixed Priced Purchase Order is anticipated.
f. Offerors must submit all applicable current certifications demonstrating they are in compliance with all PWS requirements with their offer.
g. Offerors may submit questions relating to this acquisition to the individual(s) identified in paragraph xvi below. Questions must be submitted no later than 16 Feb 2026.
h. Quotes shall remain valid for at least 45 days following the RFQ closing date.
i. 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 instructions shall be provided at time of award.
Note: .zip files are not an acceptable format for the Air Force Network and will not go through our email system.
J. The contractor shall submit employee crew information for background check and base access information no later than 7 days after receipt of award (ARO).
(ix) FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition with the following Addenda;
a. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered.
b. The following factors shall be used to evaluate offers in the following relative order of importance:
1. Price
2. Past Performance.
c. Price -The Government will evaluate offers by adding the total price of CLIN’s to get the total price for the basic requirement in order to determine the total quoted price for each offer.
Offerors will then be arranged according to price, from lowest priced offer to the highest priced offer.
d. Past Performance - The government will begin evaluating past performance starting with the lowest priced offeror. Evaluation of the offerors past performance is subjective and will result in a rating of (See table 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.
Rating Description
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 a 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.
The Government will evaluate past performance for recency and relevancy. Recency is defined as performance of similar services within the past three (3) years from the issue date of the solicitation. Relevancy is defined as services of the same type providing those services in a similar fashion as defined in the PWS.
e. If the lowest-priced offer receives a Substantial Performance Confidence Rating, it will be considered 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. In the event the lowest priced offeror, having passed the technical evaluation does not receive a Substantial Performance Confidence Rating, the evaluation process will continue with the next lowest priced offeror until an offeror receives a Substantial Performance Confidence Rating or all offers are evaluated. In the event an offeror other than the lowest priced offeror having received a Substantial Performance Confidence Rating, the Contracting Officer will perform an integrated best value evaluation to determine the eventual awardee. 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.
f. The Government intends to award a contract without interchanges with respective offerors. The Government, however, does reserve the right to hold interchanges with one, some, none, or all offerors.
(x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications - Commercial Products and Commercial Services 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 Conditions-Commercial Products and Commercial Services, applies to this acquisition.
(xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. FAR 52.232-18 Availability of Funds: Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
• 5352.201-9101 5352.201-9101 OMBUDSMAN (OCT 2019)
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsmen, Mrs. Susan Madison, AFICC OL AMC, 510 POW/MIA, Scott AFB, IL 62225-5022, 618-229-0267, fax 618- 256-5724, email: susan.madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICC/AFISRA/SMC ombudsman levels, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS)
(Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number
(571) 256-2395, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer.
(End of clause)
The offeror shall comply with the FAR clauses identified at paragraph (b) of the clause as indicated by the Contracting officer by inclusion in the list below:
(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (June 2020)
(2) 52.204-10, Service Contract Reporting Requirements (Oct 2016)
The offeror shall comply with the FAR clauses identified at paragraph (c) of the clause as indicated by the Contracting officer by inclusion in the list below:
(1) 52.222-41, Service Contract Labor Standards (Aug 2018)
(2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014)
(xii) The contract requirements or terms and conditions as determined by the Contracting Officer that apply to this acquisition are referenced in Attachment 3 “Clauses and Provisions”.
(xiii) This is not a Defense Priorities and Allocations System (DPAS) rated acquisition.
(xiv) Offerors must submit responses to this Combined Synopsis/Solicitation electronically by email to the below individuals NLT 19 February 2026, 1400 EST.
Email To: luke.jackson@us.af.mil and terry.harrelson.1@us.af.mil