Wyoming Bids > Bid Detail

Airfield De-Icer

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 68 - Chemicals and Chemical Products
Opps ID: NBD00159492149478493
Posted Date: Apr 4, 2023
Due Date: Apr 11, 2023
Solicitation No: FA461323Q5001
Source: https://sam.gov/opp/6656ef0313...
Follow
Airfield De-Icer
Active
Contract Opportunity
Notice ID
FA461323Q5001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFGSC
Office
FA4613 90 CONS PK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Apr 03, 2023 06:08 pm MDT
  • Original Date Offers Due: Apr 11, 2023 02:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 26, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6850 - MISCELLANEOUS CHEMICAL SPECIALTIES
  • NAICS Code:
    • 325998 - All Other Miscellaneous Chemical Product and Preparation Manufacturing
  • Place of Performance:
    FE Warren AFB , WY 82005
    USA
Description

Combined Synopsis/Solicitation

Solicitation Number: FA461323Q5001

Purchase Description: Liquid/Bulk Airfield Deicer



This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to Sam.Gov (FBO) website as a 100% Total Small Business Set Aside.



The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461323Q5001, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 325998, with a small business standard of 650 Employees.



The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2023-02 effective 16 Mar 22, Defense Federal Acquisition Regulation Change Number 03/22/2023 effective 22-Mar-23 and Air Force Federal Acquisition Regulation Supplement AFAC 3/1/2023 effective 3/1/2023.



DESCRIPTION OF ITEMS/SERVICES: All CLIN's F.O.B. Destination.



**Quotes must be valid for 90 days**



CLIN 0001: Bulk delivery of 4,000 gallons of liquid Airfield Deicer.

NOTES:

(1) The liquid de-icer must meet the performance requirements of the Society of Automotive Engineer (SAE) Aerospace Material Specifications (AMS) most current editions of SAE AMS 1431E, Compound, Solid Runway and Taxiway Deicing/Anti-icing, and SAE AMS 1435D, Liquid Runway Deicing/Anti-Icing Product. Glycol-based products and urea are 'NOT' approved. Product MUST contain 50%- Potassium Acetate by weight, 50% water by weight, and
(2) The customer requires BULK delivery of 4,000 gallons and PUMPING of the product into the existing storage tank at F. E. Warren AFB, Cheyenne WY. Quotes must indicate that the contractor will provide this type of delivery.

(3) All or equal items must meet the same specifications of the E36 de-icer as listed above.

(4) Contract must include transporting, and pumping of the de-icer, and ALL disposal of waste.

(5) SCHEDULE OF WORK - Working hours for the Contractor will be between 7:30 a.m. and 4:30 p.m., Monday – Friday, excluding Saturdays, Sundays, and federal holidays. If the Contractor desires to work during periods other than above, the Contractor MUST notify the Contracting Officer three (3) days in advance of their intention to work during other periods.





Quantity: 4,000 gallons (price to include transportation/delivery costs)



Quoted Total Price: $_____________





DELIVERY DATE(S): 21 Days After Date of Order/Contract (Note: If delivery will take longer, please provide delivery timeframe).



PLACE OF DELIVERY: F.E. Warren AFB, Wyoming.



All quotes MUST be received no later than Tuesday, 11 April 2023; 2:00 PM MDT via e-mail to karmella.vanstockum.1@us.af.mil and austin.breault@us.af.mil.



Per FAR Subpart 4.1102, offerors are required to be registered in the 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.





APPLICABLE FAR CLAUSES:



All applicable Provision/Clauses can be found in Attachment 1 – Provisions and Clauses. The following are instructions and evaluation factors pulled from the Provision/Clauses document specific to this combined synopsis/solicitation for easier viewing for the vendor.



FAR 52.212-1 (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS--

COMMERCIAL ITEMS

(m)



(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:



(n) 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) Price quote which identifies the requested item(s), unit price inclusive of shipping (if any), and

extended price.

(2) Total Firm Fixed price

(3) Any Discount Terms

(4) Estimated date of completion from date contract award.

(5) N/A



(i.) For Parts/Supply buy, the quote shall contain a description including part number and title for

each item listed in the solicitation to allow the Government to verify that the quoted parts match the

requirements listed in the requirements schedule.



FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014)



(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. The following factors shall be used to evaluate offers:



(i) Technical capability of the service offered: Salient characteristics provided clearly meets the requirements and objectives of Attachment 2 – Salient characteristics.



(ii) Price: Award will be made to the lowest price technically acceptable quote. 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 (if required) to determine the reasonableness of the offered prices.



(b) 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)





AFFARS 5352.201-9101 AFGSC Ombudsman 10/1/2019



(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 ombudsman, for AFGSC (Air Force Global Strike Command) acquisitions please contact the Director of Contracts, Air Force Installation Contracting Center, Operating Location – Global Strike (AFICC/KG OL-GSC) via the following e-mail workflow address: ig.afica_kg.workflow@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, 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)



HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (OCT 2019)



(a) In performing work under this contract on a Government installation, the contractor shall:



(1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and



(2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes.



(b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract.



(c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract.



(End of clause)



Brand Name or Equal (Aug 1999)



(a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation.



(b) To be considered for 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 this solicitation;



(2) Clearly identify the item by-



(i) Brand name, if any; and



(ii) Make or model number;



(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and



(4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications.



(c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.



(d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.



(End of provision)





ATTACHMENTS

Attachment 1 – Provisions and Clauses

Attachment 2 – Salient Characteristics


Attachments/Links
Contact Information
Contracting Office Address
  • CP 307 773 3888 7505 BARNES LOOP BLDG 208
  • FE WARREN AFB , WY 82005-2860
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 03, 2023 06:08 pm MDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >