AMENDMENT 1:
The purpose of this amendment is to revise Attachment 2 - Provisions and Clauses to include DFAR 252.245-7005 and add Attachment 7 - Government Furnished Property.
Combined Synopsis/Solicitation
Solicitation Number: FA461325Q1030
Purchase Description: CCTV Sewer Camera Inspection Trailor Upgrade
NOTICE TO OFFEROR: Funds are not presently available for this effort. No award will be made until funds are available. The Government reserves the right to cancel this request for quotes, either before or after the closing date. In the event the Government cancels this request for information, the Government has no obligation to reimburse an offeror for any costs. This RFQ is not authorization to begin delivery and in no way obligates the Government for any costs incurred by the contractor for this requirement. The Government reserves the right not to award a contract in response to this RFQ. Prior to commencement of any activities associated with delivery of this requirement, the Government will issue a written directive or contractual document signed by the Contracting Officer with appropriate consideration established.
This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461325Q1030 as a Request for Quotation using FAR Part 12, Acquisition of Commercial Products and Commercial Services, FAR Part 13, Simplified Acquisition Procedures, and FAR Part 37, Service Contracting. The North American Industrial Classification System (NAICS) code for this procurement is 811210- Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of $34.0 Million. This solicitation will be posted as an open-market requirement via SAM.gov as a Total Small Business Set Aside.
The Government intends to award a Firm Fixed-Price contract. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAC) 2025-05 effective 08/07/2025, Defense Federal Acquisition Regulation Supplement Change 01/17/2025 effective 01/17/2025 and Department of the Federal Acquisition Regulation Supplement Change 10/16/2024 effective 10/16/2024.
DESCRIPTION OF ITEMS/SERVICES:
The contractor shall modernize and supply updated sewer camera trailer equipment and software for the maintenance of F.E. Warren’s sewer system network that provide real-time viewing capabilities as a sewer inspection enhancement for F.E. Warren. The end product shall meet all applicable BAA (Buy American Act) or TAA (Trade Agreements Act) requirements. Contractors should verify place of origin of all components prior to delivery through use of a domestic content test.
A full list of minimum specifications can be found in Attachment 1 - Performance Work Statement
CLIN Structure:
CLIN 0001 - Replacement Generator Fuel Tank 1 EACH
CLIN 0002 - HD Enabled Remote Controlled Tractor/Video cable 1 EACH
CLIN 0003 - Cable Winch/Video Cable Reel 1 EACH
CLIN 0004 - Flat Screen Monitor 3 EACH
CLIN 0005 - Onboard Climate Control Solution 1 EACH
CLIN 0006 - Installation 1 JOB
PLACE OF PERFORMANCE/ DELIVERY:
Pick up and transport camera trailer from 6607 10th Cavalry Ave. FE Warren AFB, WY to the place of business (F.O.B. Destination). Upon completion of installation, the contractor shall deliver sewer camera trailer from business back to 6607 10th Cavalry Ave. FE Warren AFB, Wyoming.
PERIOD OF PERFORMANCE
The performance period is established by the contracting officer. The period of performance (PoP) shall be 90 calendar days.
Attachments:
Attachment 1 – Performance Work Statement dated 18 September 2025
Attachment 2 - Provisions and Clauses
Attachment 3 – Supplemental Provisions and Clauses
Attachment 4 – Contractor Response Form
Attachment 5 – Trailer Pictures
Attachment 6 – Wage Determination
QUESTIONS DUE
Questions shall be received no later than Tuesday, 23 September 2025 (9:00 AM MST). Forward responses by e-mail to SrA Kyle Harris; kyle.harris.23@us.af.mil and 1st Lt Kamary Williams; kamary.williams@us.af.mil.
RESPONSES/QUOTES
Responses/quotes MUST be received no later than Thursday, 25 September 2025 at (9:00 AM MST). Forward responses by e-mail to SrA Kyle Harris; kyle.harris.23@us.af.mil and 1st Lt Kamary Williams; kamary.williams@us.af.mil.
OTHER INFORMATION:
Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at the time an offer is submitted. Failure to do so will result in the offer being deemed ineligible for award. Only quotes submitted by businesses holding the NAICS 811210 will be accepted by the Government.
Interchanges. The government intends to award a purchase order without interchanges with respective vendors/quoters. The government, however, reserves the right to conduct interchanges if deemed in its best interest. Under appropriate circumstances, interchanges can be an effective method to improve the Government's evaluation of Offerors' quoted approaches and may reduce acquisition cycle time. Interchanges may be written, email, phone call, etc., or any method which would accurately capture the contemporaneous sharing of information between the Government and the Offerors. Interchanges may also be oral conversations between the Government and the Offerors.
INSTRUCTIONS TO OFFERORS:
FAR 52.212-1 (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (SEP 2023)
FAR 52.212-1 is hereby tailored as follows:
(1) Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1.
(2) After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.
(3) The term “offeror” or “offer” as used in FAR 52.212-1 shall be understood to mean “quoter” and “quote,” respectively. Further, the term “award” shall be understood to describe the Government’s issuance of an order.
(4) The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable.
(5) Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:
(b) In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission:
(1) Total Firm Fixed price
(2) Any Discount Terms
(3) Ability to meet the 90 day period of performance
(4) Technical Submission Requirements (specified in FAR 52.212-2 below)
(5) Cage Code and/or Unique Entity ID
(6) Cover page to include:
(i) Company Name
(ii) Physical Address
(iii) Point of Contact
(iv) Phone number
(v) Email address
(vi) Business Type
(7) Completed Attachment 4 – Response Form
FAR 52.212-2 EVALUATION -- COMMERCIAL ITEMS (NOV 2021)
FAR 52.212-2 is hereby tailored as follows:
(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. Quotes that do not include all requested information in FAR 52.212-1 in 5.1.1 will be considered nonresponsive. Award will be made to the offeror with the lowest priced technically acceptable (LPTA) quote. The following factor(s) shall be used to evaluate offers:
(i) Technical capability:
Items meet the Government requirement/specifications IAW Attachment 1 – Performance Work Statement. If all requested information is not provided or does not meet the requirements identified, the Government will determine the quote to be nonresponsive.
(ii) Price: Award will be made to the lowest priced technically acceptable offeror. No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices.
(b) The Government will evaluate quotes in accordance with the following evaluation criteria:
(i) The Government will evaluate quotes for acceptability but will not rank the quotes by non-price factors. If the Government receives fewer than three (3) quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives more than three (3) quotes, the Government will only select the three (3) lowest priced quotes to evaluate for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government’s best interest to do so.
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(end of provision)