Federal Bid

Last Updated on 26 Oct 2012 at 8 AM
Combined Synopsis/Solicitation
Holloman air force base New mexico

MMHS Holloman AFB, NM

Solicitation ID FA8604-12-R-7965
Posted Date 01 Oct 2012 at 4 PM
Archive Date 26 Oct 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Aflcmc/Pk - Wpafb (Includes Pz, Wl, Ww, Wi, Wn, Wk, Lp, Wf, Wk)
Agency Department Of Defense
Location Holloman air force base New mexico United states 88330
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Solicitation Number FA8604-12-R-7965 is issued as a Request for Proposal (RFP). This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-60 (26 Jul 2012). This acquisition is 100% set aside for small business. The NAICS Code is 333922. Small business size standard is 500 employees. All offerors are notified that because this solicitation is a small business set-aside, it is subject to Federal Acquisition Regulation (FAR) 19.102(f) (the "non-manufacturer rule"). This solicitation is also subject to FAR Clause 52.219-14, "Limitations on Subcontracting." FAR 19.102(f) states that a small business prime contractor who is not manufacturing the supplies to be purchased by this solicitation must furnish items of a small business manufacturer who produces the items in the United States or its outlying territories. FAR Clause 52.219-14 states that any small business prime contractor who is a manufacturer of the supplies must "perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials."

This RFP has 9 line items. The performance, design, fabrication, installation, and test requirements for a Mechanized Materials Handling System for Buildings 801, 824, 866, 877, and 894 at Holloman Air Force Base, New Mexico. All solicitation specifications/drawings will be posted at the following location: http://www.fbo.gov/.

Delivery is required within 180 days from date of award. FOB point is Destination (Holloman AFB, NM). FAR Solicitation Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Evaluation will be based on Lowest Price Technically Acceptable (LPTA). All offerors are to include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with their proposal. Clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. The following DFARS Clause applies to this acquisition: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. DFARS Provision 252.212-7000 also applies to this solicitation-offerors should include a completed copy of this provision with their proposals. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/.

No interim, progress, or milestone payments are authorized for this acquisition. The contractor must be registered in SAM prior to award. The government will make an award from this request for proposal to the technically acceptable, responsible offeror whose proposal offers the lowest price to the Government. The Government reserves the right to not make an award at all. All proposals are due by 4:00 PM EDT on 11 October 2012.

The point of contact (POC) for this acquisition is:

Mr. Michael Carbone
AFLCMC/PKESN
2275 D St.
Bldg. 16, Rm. 128,
WPAFB, OH 45433-7228.
(937) 656-7488
[email protected]

Alternate POC for this acquisition is:
Mr. Jason Cadek
(937) 656-7499
[email protected]

Please note that e-mail and fax proposals are not permitted. Be advised that offerors planning to submit their proposals on base and in person must notify the POC 72 hours before they plan on arriving so that a Visitor Request Form can be submitted. Offerors who have a military ID will not require a Visitor Request Form to gain entry to the base. No telephone, written, e-mail or fax requests for documents will be accepted; all interested offerors must download their own documents from the internet - no exceptions. All interested offerors are requested to register for this solicitation. To ensure a competitive balance, questions concerning this RFP will only be accepted until  03 October 2012 4:00 PM EDT.

Ms. Janet Miller has been appointed as Ombudsman to hear concerns from offerors, or potential offerors, during the proposal development. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. Existence of an ombudsman does not diminish the authority of the program director or the contracting officer. Accordingly, the ombudsman does not participate in the preparation of solicitations, the evaluation of proposals or the source selection process and therefore, for routine matters on individual solicitations, please contact the POC listed for this solicitation. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman, Ms. Miller, may be contacted at (937) 255-5472 (Phone) or (937) 255-7916 (Fax).

Her address is:
Ms. Janet Miller
Chief, Program Management Division
AFLCMC/ AQM
1790 Tenth St.
WPAFB, OH 45433
[email protected]

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 07 Feb 2012 at 2 PM
Location Unknown 15 Oct 2018 at 3 PM
Location Unknown 09 Nov 2018 at 5 PM
Wright patterson air force base Ohio 06 May 2025 at 4 PM
Wright patterson air force base Ohio 01 May 2025 at 7 PM

Similar Opportunities

Wright patterson air force base Ohio 30 Jul 2025 at 7 PM
Pennsylvania 20 Jul 2025 at 4 AM (estimated)
Pennsylvania 20 Jul 2025 at 4 AM (estimated)
Warren Michigan 31 Jul 2025 at 8 PM
Warren Michigan 31 Jul 2025 at 8 PM