Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 08, 2025 SAM #8656
SOLICITATION NOTICE

58 -- Data Wall Installation

Notice Date
8/6/2025 1:02:45 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
W7NU USPFO ACTIVITY OHANG 179 MANSFIELD OH 44903-8049 USA
 
ZIP Code
44903-8049
 
Solicitation Number
W50S8R25Q0005
 
Response Due
9/4/2025 10:00:00 AM
 
Archive Date
09/19/2025
 
Point of Contact
Jeffrey Snyder, Phone: 4195206542, James E Kliewer
 
E-Mail Address
jeffrey.snyder.20@us.af.mil, james.kliewer.2@us.af.mil
(jeffrey.snyder.20@us.af.mil, james.kliewer.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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. This solicitation W50S8R25Q0005 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04. This solicitation is being solicited as 100% small business set-aside. The NAICS code that applies is 334310 and business size is 750 employees. This action will result in a FFP purchase order, utilizing simplified acquisition procedures. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide and install the following items: CLIN Description Quantity Unit of Issue Salient Characteristics 0001 Data Wall 1 EA The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary to provide and install an integrated new data wall as defined in the attached Statement of Work 0002 Labor 1 EA The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary to provide and install an integrated new data wall as defined in the attached Statement of Work Delivery location/Place of Performance � 1947 Harrington Memorial Road, Mansfield, OH, 44903 Site Visit: A site visit has been scheduled for 19 August at 10:00 AM EST. Due to security conditions, all offerors SHALL register to attend this site visit. Email the following information for all attendees to Jeffrey Snyder, at the following address: jeffrey.snyder.20@us.af.mil �Visitor�s Name, Driver�s License Number, Company Name, and Company Telephone Number This information shall be provided in advance, at least 5 business days prior to the site visit, in order to ensure access to the installation. Visitors shall arrive no sooner than 30 minutes/no later than 15 minutes prior to start of site visit. Note that failure to arrive at front gate prior to 9:45 A.M. may be grounds for exclusion from site visit, as there will be a one-time escort for all attendees (i.e. escort will not return to front gate for those who arrive late). Additional Site Visit Information: No electronics will be allowed in the facility, to include medical devices, unless prior authorization has been granted. Due to time constraints, prior authorization may not be possible prior to site visit Only US citizens with a completed background check will be allowed within the facility. All contractor and subcontractor personnel shall present REAL ID-compliant identification for establishing identity for unescorted access. Individuals who do not possess a REAL ID Act compliant form of identification shall be denied access to the installation. However, individuals with non REAL ID-compliant identification may also present an original or certified true copy of a birth certificate and their social security card. FAR 52.212-1 Instructions to Offerors -Commercial Products and Commercial Services (SEP 2023) ADDENDUM to 52.212-1 All questions regarding this RFQ shall be emailed to jeffrey.snyder.20@us.af.mil & james.kliewer.2@us.af.mil no later than 25 August 2025 Additional Quote Preparation Instructions The quote shall include a firm-fixed price. Separate Contract Line Item Numbers (CLINs) are not prescribed for the purposes of associated costs entailing taxes, fees, transportation, delivery, etc. Accordingly, quoted unit pricing for requirements at the CLIN level under this RFQ, shall be inclusive of all associated costs (i.e. material, transportation, delivery, etc.) Offeror shall submit a document titled �Product Inventory�, clearly identifying all proposed products for the data wall. �Product Inventory� document shall include a product description, manufacturer, part number, quantity, and country of origin, at a minimum for all products Offeror�s quote shall include a product specification sheet, adequate enough for the government to evaluate if the proposed solution meets all requirements outlined in the Statement of Work. Offeror�s quote shall include a Work Timeline, detailing steps/actions required to meet requirements set forth in Statement of Work, in addition to period of performance. Provided documents shall provide enough information to be properly evaluated to determine if proposed approach meets the requirements of the Statement of Work and shall not simply restate requirements. (End of Provision) FAR 52.212-2 Evaluation � Commercial Products and Commercial Services NOV 2021 ADDENDUM TO 52.212-2 1 BASIS FOR CONTRACT AWARD: This solicitation is for a Firm Fixed Price Contract. The Government intends to award a single contract to a qualified Small Business Offeror deemed responsible in accordance with the Federal Acquisition Regulation (FAR), whose quote conforms to all the RFQ's requirements and is determined to represent the Best Value to the Government. Best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price, with appropriate consideration given to the three (3) evaluation factors: Responsiveness, Technical, and Price. The overarching evaluation approach for all factors and subfactors is to determine the acceptability of the response. The quote will be evaluated to determine whether each requirement has been addressed in the quote in order to meet the acceptability standards described in the solicitation. (a) Responsive Offerors. Initially, the government shall evaluate the quote on a pass/fail basis. The quotes shall be evaluated on whether offerors have submitted a complete package to include: Technical Documentation: �Product Inventory� Document Product Specification Sheet Work Timeline RESPONSIVE OFFEROR RATING Rating Description PASS Offeror has returned a complete proposal package. FAIL Offeror has NOT returned a complete proposal package. (b) Technical Evaluation. Technical Capability will be evaluated on an Acceptable/Unacceptable basis utilizing the product specifications provided to the Government. To be determined Technically Acceptable, the offerors quoted product must meet all required characteristics. An offeror shall obtain an �Acceptable� rating to continue further in the competition. Offerors who are deemed to merit an �Unacceptable� rating in the Technical Capability Factor will be removed from further consideration for award. Once the minimum requirements are established, the team shall evaluate the offeror's quote against these requirements to determine whether the quote is acceptable or unacceptable, using the ratings and descriptions outlined herein. Quotes are evaluated for acceptability, but not ranked using the non-price factors/subfactors. In order to be considered awardable, there must be an ""acceptable"" rating in every non-price factor/subfactor. (c) Price. The total quoted price from offerors determined both responsive and technically acceptable will be evaluated and award will be made to the lowest evaluated price. (End of provision) For more information regarding this solicitation please contact MSgt Jeffrey Snyder via email at jeffrey.snyder.20@us.af.mil Offers are due by 1:00 P.M. EST 4 September 2025: email jeffrey.snyder.20@us.af.mil and james.kliewer.2@us.af.mil List of Attachments: Attachment 1: Clauses and Provisions Attachment 2: Statement of Work 6 Aug 2025 NG Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns with the National Guard (NG) as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods as if filed at the GAO. The NG protest decision goal is to resolve protests within 35 calendar days from filing. An agency protest may be filed with either the Contracting Officer or the NG Agency�s Protest Decision Authority, but not both, in accordance with NG protest procedures. To be timely, the protests must be filed with the periods specified in FAR 33.103. To file a protest under the NG Agency Protest Program, the protest must request resolution under that program and be sent to the address below: National Guard Bureau Office of the Director of Acquisitions/ Head of Contracting Activity ATTN: NGB-AQ-O 111 S. George Mason Dr. Arlington, VA 22204 Email: ng.ncr.ngb-arng.mbx.ngb-task-order-ombudsman@mail.mil All other agency-level protests should be sent to the Contracting Officer for resolution at the address in the solicitation. See FAR clause 52.233-2.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c43ef5ff8354404587e1a67580b192cd/view)
 
Place of Performance
Address: OH 44903, USA
Zip Code: 44903
Country: USA
 
Record
SN07539385-F 20250808/250806230054 (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.