SOLICITATION NOTICE
70 -- RN Conf Room Equipment Replacement
- Notice Date
- 7/3/2025 11:32:24 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- FA2823 AFTC PZIO EGLIN AFB FL 32542-5418 USA
- ZIP Code
- 32542-5418
- Solicitation Number
- FA2823-25-Q-A028
- Response Due
- 7/16/2025 7:00:00 AM
- Archive Date
- 07/31/2025
- Point of Contact
- Olivia Harris, Gretchen Tubolino
- E-Mail Address
-
olivia.harris.1@us.af.mil, gretchen.tubolino@us.af.mil
(olivia.harris.1@us.af.mil, gretchen.tubolino@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commodities 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; quotes are being requested, and awritten solicitation will NOT be issued. This is a competitive Request for Quote (RFQ) and the solicitation number for this requirement is FA2823-25-Q-A028. The Operational Contracting Division, Air Force Test Center at Eglin, AFB, Florida, requires the replacement of Multi- purpose Conference Room Equipment in accordance with the SOO- TRP dated 02 July 2025. This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, as supplemented. This procurement will be conducted as a 100% Small Business set-aside; please identify your business size in your response based upon this standard. Award will be made based on best value determination to the Offeror whose offer conforms to all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements. There will be no advanced payments. The North American Industry Classification System code (NAICS) is 334310, Audio and Video Equipment Manufacturing, with a size standard of 750 Employees, and the Product Service Code is 7B22 - IT and Telecom�Compute: Servers (Hardware and Perpetual License Software). Please identify your business size in your response based upon this standard. A firm-fixed priced purchase order will be awarded. There will be no advance payments The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. The Government is not responsible for any costs incurred or associated with preparation and submission of an offer in response to this solicitation. NO OFFERORS WILL BE COMPENSATED FOR SUBMITTING AN OFFER. REQUIREMENT: CLIN 0001: (FIRM-FIXED PRICE) 1 (EA) Procurement of Conference Room repair for 96 TSSQ/RNXBL in building 260 IAW attached SOO-TRP dated 02 July 2025. FOB Destination Shipping into premise included QUOTES MUST BE FOB Destination, Within Consignee's Premises to Eglin Air Force Base, Florida 32542 Please provide terms of any expressed warranty being offered and any price/discount terms. The Contracting Officer has determined that there is a high probability of adequate price competition for this acquisition. Upon examination of the initial offers, the Contracting Officer will review this determination and if, in the Contracting Officer�s opinion, adequate price competition exists no additional price information will be requested. However, if at any time during the evaluation the Contracting Officer determines that adequate price competition no longer exists, Offerors may be required to submit information to the extent necessary to determine the price fair and reasonable. BASIS FOR AWARD: In accordance with FAR 13.106-1(a)(2) offerors will be evaluated on a BEST VALUE basis and the award will be made to the responsible quoter whose quote, conforming to the solicitation represents the best value to the government. In no particular order of significance, the following factors shall be used to evaluate the quotes: I. Technical capability of the item offered to meet the government's requirement II. Price III. Past Performance IV.The Supplier Performance Risk System (SPRS) IAW 252.204-7024 The government will not accept refurbished/used equipment Offerors must submit quotations for all items listed. Partial offers will not be considered for award In accordance with FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary All offers must list the solicitation number, CAGE code, Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov/portal/public/SAM/. Lack of registration in SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. Attachments: 1. SOO-TRP 2. Deadline for Offers 3. Single Source Justification Form (SSJ) 4.96_CS Cyber Infrastructure Standards and Installation Specifications
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b4d00efb05f04625acd5963c73530c83/view)
- Place of Performance
- Address: Eglin AFB, FL, USA
- Country: USA
- Country: USA
- Record
- SN07499122-F 20250705/250703230041 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |