Closed Solicitation · DEPT OF DEFENSE
AI Summary
This opportunity is for fall protection inspection and certification services at Edwards AFB, CA. The contractor must provide necessary equipment at no additional cost. The solicitation is set aside for small businesses and will use Simplified Acquisition Procedures. Proposals are requested under RFQ FA930126Q0003, with evaluation based on price, technical acceptability, and past performance.
This is a Combined Synopsis/Solicitation for the procurement of Fall Protection Inspection and Certification Services at Edwards AFB, CA. The contractor shall be required to furnish trucks, man-lifts, ladders, tools, and all related such items necessary in the performance of this contract at no additional cost to the government.
More details related to this acquisition are included in the attached Statement of Work (SOW) and Solicitation documents.
Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
(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; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR Part 13) will be used for this requirement.
(ii) Solicitation number: FA930126Q0003 *Please provide the full solicitation number on all packages*
Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote.
This solicitation is issued as a Request for Quote (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-06 and DPN 20251110.
(iv) This solicitation is set aside 100% for Small Business. The North American Industry Classification System (NAICS) number for this acquisition is 541350 with a size standard of $11,500,000.
(v) Period of Performance (PoP): This will be a contract including one (1) base year and four (4) one-year options.
(vi) Applicable FAR, DFARS, and DAFFARS provisions and clauses are posted within the with the Solicitation Model Contract. The provision at FAR 52.212-1, Instructions to Offerors – Commercial Items (Sep 2023), applies to this acquisition. Provisions and clauses can be viewed via internet at Acqusition.gov, https://www.acquisition.gov/ Offerors shall prepare their quotations in accordance with FAR 52.212-1. In addition, the following information shall be included:
PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE:
(ix) The provision at FAR 52.212-2 "Evaluation -- Commercial Items" applies to this acquisition. Addendum to the provision at FAR 52.212-2 "Evaluation -- Commercial Items":
(a) The Government will award a contract resulting from this solicitation to the responsible contractor whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Evaluation will be conducted IAW FAR 52.212-2 and FAR 13.106-2. The following factors shall be used to evaluate responses:
(1) Price, (2) Technical Acceptability, (3) Past Performance
(b) BASIS FOR CONTRACT AWARD: This simplified acquisition is being issued on a Best Value basis. By submission of its offer in accordance with the instructions provided in provision FAR 52.212-1 "Instructions to Offerors" the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, the Model Contract, and technical requirements, in addition to those identified as evaluation factors. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows:
(c) Government Discretion Regarding Interchanges: The Government intends to award a contract without Interchanges with respective vendors in accordance with FAR 52.212-1, Instruction to Offerors – Competitive Acquisitions. The Government, however, reserves the right to conduct Interchanges if deemed in its best interest. Interchanges may take place regarding any portion of the submission. The Government may conduct Interchanges with one, some, none or all vendors at its discretion. Interchanges do not require a distinction between whether the Interchange results in a change to a quotation or only clarifies an administrative matter or quotation mistake. The Government has discretion to evaluate all quote submissions before inciting Interchanges with vendors (through Interchange Notices or “INs”), and vendors do not have to be offered an opportunity to revise their quotation through a Final Quotation Revision (FQR). If, during the evaluation period, the Simplified Acquisition Team determines it to be in the best interest of the Government to hold Interchanges, vendor responses to INs and the FQR (if requested by the Government) will be considered in making the award decision. Note that in accordance with FAR 13, vendors do not have to be offered an opportunity to revise their quotation through a formal FQR. If the vendor’s quotation has been evaluated as acceptable at the time Interchanges are closed, any changes or exceptions in the FQR are subject to evaluation and may introduce risk that the vendor’s quotation be determined unacceptable and ineligible for award.
(End of Addendum)
(x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications –Commercial Items (May 2024), with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable.
(xi) The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (Nov 2023), applies to this acquisition.
(xii) Additional Contract Requirement or Terms and Conditions: Please find the contemplated list of additional provisions/clauses within the attachment labeled “Statement of Work” The final list of clauses is dependent upon actual dollar value of the contract award, and may change from those provided in the attachment. Full text for the clauses and provisions can be accessed via https://www.acqusition.gov/
(xiii) CLIN Structure can be found in the attached solicitation document: FA9301-26-Q-0003, CLINs 0001-4002.
(xiv) Defense Priorities and Allocation System (DPAS): N/A
((xiv) Submissions are to be addressed to Air Force Test Center (AFTC), Directorate of Contracting – AFTC/PZIOB, 5 South Wolfe Avenue Building 2800, Edwards AFB, CA 93524, and are to be sent via email to the Contract Specialist, Alexia Del Real at alexia.del_real@us.af.mil, as well as the Contracting Officer, Suzanna Kussman, at suzanna.kussman@us.af.mil. Questions are due no later than 9 December 2025 at 3:00pm PST. Submissions are due no later than 15 Dec. 2025 at 3:00 p.m. PST. No hand delivered or mailed proposals will be accepted, only emailed responses will be considered or evaluated.
Attachments:
FALL PROTECTION CERTIFICATION SERVICES is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.