Posted: Feb. 28, 2025, 7:28 a.m. EST
RFI #3 02/28/2025
1. Far clauses 252.225-7000 (Buy American--Balance of Payments Program Certificate) 252.225-7001 (Buy American and Balance of Payments Program) are incorporated by reference does the contractor need to list and specify components such as the pump (critical component) and their country of origin?
- No you do not.
2/24/2025 RFI #2 SCBA BOTTLE FILLING STATION
- Does the unit needed to be manufactured in the USA?
- The unit does not need to be manufactured in the USA, but it is preferred.
- Would a foreign manufactured pump be acceptable?
- The part does not need to be manufactured in the USA, but it is preferred.
RFI #1 SCBA SITE VISIT 02/12/2025
Customer confirmed that the new unit will be in one room and will have to fit the provided dimensions.
Q: Is there an electrician on site to perform hookup?
A: Yes
Q: Will the air reel need to be moved, or will the contractor need to run an airline from the reel?
A: An airline will need to be ran; the air reel will not be moved.
Q: Is there a fresh air intake on the current compressor?
A: No
Q: Is there a requirement for a fresh air intake with the installation of the new unit?
A: No
Testing and inspecting the equipment, pre and post installation is required by the customer.
Q: Is RFID cylinder tracking necessary?
A: Yes, it is a requirement in order to keep up with regulations that the customer must abide by.
Q: Is a B-Virus free air intake system necessary?
A: Yes, The NFPA (National Fire Protection Association) 1989 requires a sealed system that prohibits any risk of containments when possible. This (NFPA 1989) Standard on Breathing Air Quality for Fire and Emergency Services does spell out B-Virus verbatim, however, it falls under the umbrella of virus/containments, so the customer has made it a requirement.
(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.
A site visit is scheduled for 12 February 2025 at 0900 EST. Please monitor this SAM.gov notice for any potential changes to the site visit date/time.
Anyone interested in attending this site visit must complete a 439AW Form 1 (Section J Attachment). Email the completed form to Rosalie Connelly, Contracting Officer at rosalie.connelly.1@us.af.mil) no later than Wednesday 05 February 2025, COB. A DoD Safe Link may also be requested.
NOTE: ALL ATTENDEES WILL REQUIRE A TEMPORARY PASS ISSUED BY SECURITY FORCES PRIOR TO ENTRANCE ONTO THE BASE. ESCORTING OF VEHICLES BY WARB PERSONNEL IS PROHIBITED.
Attendees are instructed to meet at the Visitor Center located at 20 Patriot Avenue, Westover ARB, Chicopee, MA, 01022-1507 (Westover Road Gate) ONE (1) HOUR PRIOR to scheduled site visit to allow time for processing of passes. Valid identification is required. Entrance can be denied for those who are late and without proper identification.
THE INFORMATION LISTED ABOVE IS SUBJECT TO CHANGE AND ADDITIONAL INSTRUCTIONS COULD BE IMPOSED WITHOUT PRIOR NOTIFICATION.
(ii) Solicitation number FA660625Q0001, is hereby issued as a Request for Quotes (RFQ) for SCBA BOTTLE FILLING STATION. 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 202501017, 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 333912 Air and Gas Compressor Manufacturing; Small Business Size Standard is 1000 employees.
(v) For Technical Acceptability the Vendor MUST provide:
a. Unit & total price per CLIN as outlined in the attachment "Solicitation CLIN Schedule FA660625Q0001 SCBA BOTTLE FILLING STATION
b. Description of unit, to include specifications and salient features included in the Statement of Objectives and Performance Work Statement
c. Warranty description including duration and coverage. Failure to provide warranty information may result in disqualification.
(vi) Description of Requirement: Acquisition of a new Self-Contained Breathing Apparatus (SCBA) bottle filling station for the fire department's SCBA bottles used in SCBA air packs for fire suppression and all hazardous job-related duties. The vendor will provide proposed pricing for SCBA BOTTLE FILLING STATION listed and described in the following Applicable Documents:
Attachment 1 Performance Work Statement (PWS) SCBA Bottle Filling Station 1-30-2025
Attachment 2 Statement of Objectives (SOO) SCBA Bottle Filling Station 1-24-2025
(vii) Acceptance and Delivery is FOB destination: 439 MSG/CEF, 100 Jenkins Street, 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:
1. Completed Solicitation CLIN Schedule FA660625Q0001 SCBA BOTTLE FILLING STATION with Pricing for CLIN 0001, 0002, 0003 and 0004.
2. Equipment and Service specifications in sufficient detail to ensure compliance with the technical objectives set forth in the Performance Work Statement and Statement of Objectives (Attachment 1 - PWS and Attachment 2 SOO), including Warranty information
3. Any discount terms offered
4. Contractor's name, address, CAGE code, & GSA Schedule (if applicable)
5. Contractor point of contact with email and phone number
6. Completed Provisions and Clauses (Attachment 3 - FA660625Q0001Clause Set
7. Signed copy of Amendments (If Applicable)
8. 439 AW Form 1 - Bids Identification Credential applicable if attending site visit
Performance to be complete within 90 days after receipt of order.
Offerors are responsible for verifying receipt of their proposals to this office before the offer due date and time.
Any formal communication, once the formal solicitation has been issued, shall be submitted in writing (via email) to Rosalie Connelly, Contracting Officer at rosalie.connelly.1@us.af.mil
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, FA660625Q0001Clause 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 a basis of:
Lowest Price Technically Acceptable (LPTA). Price - Total evaluated price will be used and will be calculated by determining the sum of CLINS 0001, 0002, 0003 and 0004.
Technical Acceptability - Quotes will be evaluated on an acceptable or unacceptable basis. To receive an acceptable rating, vendors MUST provide detailed information regarding Specifications stated in the PWS and SOO including warranty coverage and duration for each item. 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, FA660625Q0001Clause 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 EST Wednesday 05 March 2025 to rosalie.connelly.1@us.af.mil with "Solicitation FA660625Q0001 " 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 EST Friday 21 February 2025 .
(xvi) Questions concerning this solicitation should be directed to rosalie.connelly.1@us.af.mil. Ensure to include the solicitation number FA660625Q0001 in the subject line.