Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 04, 2025 SAM #8621
SOLICITATION NOTICE

59 -- BOMBER S.I. DATA LAB Instrumentation

Notice Date
7/2/2025 7:53:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
FA9302 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
ACQ-25-H84
 
Response Due
7/8/2025 11:00:00 AM
 
Archive Date
07/23/2025
 
Point of Contact
Josiah Broadway, Christina Day
 
E-Mail Address
josiah.broadway@us.af.mil, christina.day.6@us.af.mil
(josiah.broadway@us.af.mil, christina.day.6@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation - BOMBER S.I. DATA LAB INSTRUMENTATION VARIOUS LOCATTIONS EDWARDS AIR FORCE BASE, CA 01 July 2025 Combined Synopsis/Solicitation � FA930225Q0049 (i) This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR 12.603 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. Quotes are being requested. (ii) This is a request for quotation (RFQ). All responsible sources may submit a firm-fixed price (FFP) quote/offer which shall be considered by the agency. (iii) This combined synopsis/solicitation incorporates provisions and clauses that are in effect through the Federal Acquisition Circular (FAC) 2024-07 as of 01 July 2025, Defense Federal Acquisition Regulation Supplement Publication Notice (DPN) 2024-06 and Air Force Acquisition Circular (AFAC) 2021-0726. (iv) This is a commercial acquisition with a 100% Small Business Set-Aside. Under NAICS for this requirement is 334511 with a business size standard of 1250 employees. (v) General description of requirement: The Government�s need to purchase two (2) commercial Video Scan Converters, equivalent to Delta Digital�s Model VSC/890H, Part Number 830-900111-01. Contract Line-Item Number (CLIN) Nomenclature and Contract Structure: The following represent the CLIN structure for this contract. The CLIN below, as also identified within the model contract, Full description of item and location are spelled out in the Salient Characteristics, these represent an estimated maximum quantity for each item. However, the Government reserves the right to order none, some, or more than the estimated quantities of each item solely based upon its needs. CLIN - Description - QTY � Unit 0001 � Part # 830-900111-01- Video Scan Converter, Model VSC/890H- 2 � Each 0002 - Shipping (vi)The specific requirements are outlined in the Salient Characteristics and are attached to this solicitation for use in BOMBER S.I. DATA LAB INSTRUMENTATION. (vii) The Date and places of delivery and acceptance and FOB point for this requirement are as follows: This is a one-time purchase requirement. Delivery will be made to Edwards Airforce Base. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. (ix) The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition. 52.212-2 Evaluation�Commercial Products and Commercial Services (Nov 2021), is amended as follows: (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: Lowest Priced Technically Acceptable (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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) (x) The Provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial services, applies offerors are advised to submit a completed copy of the provision or have it completed on Sam by the Submission due date. (xi) The provision at 52.212-4, Contract Terms and Conditions-Commercial Services, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. Additional FAR, DFARS, and DAFFAR clauses and provisions that apply to this acquisition can be found in the attached model contract. (xiii) No additional contract requirements or terms and conditions apply to this acquisition. There are no contract financing arrangements. There are no additional warranty requirements that are above and beyond what is consistent with customary commercial practices. (xiv) Defense Priorities and Allocations System (DPAS): Is Not Applicable (xv) The date, time and place offers are due. Questions are due no later than: 7 July 2025 Offers are due no later than: 08 July 2025 Questions and Offers must be sent by email to: josiah.broadway@us.af.mil ; christina.day.6@us.af.mil ; (xvi) For additional information or questions, please contact: Contract Specialists: Josiah Broadway at josiah.broadway@us.af.mil, and Contracting Officer: Christina Day at christina.day.6@us.af.mil .
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9472d145af7e4a68921cb9dd3bf5521d/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN07497673-F 20250704/250702230046 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.