SOLICITATION NOTICE
34 -- CNC Mill Machine
- Notice Date
- 8/12/2025 11:28:43 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333517
— Machine Tool Manufacturing
- Contracting Office
- W7NF USPFO ACTIVITY MI ARNG LANSING MI 48906-2934 USA
- ZIP Code
- 48906-2934
- Solicitation Number
- W912JB25QA088
- Response Due
- 9/2/2025 9:30:00 AM
- Archive Date
- 09/17/2025
- Point of Contact
- Artwanette Franklin-Andrews, Olayemi O. Olatunji
- E-Mail Address
-
artwanette.l.franklin-andrews.civ@army.mil, olayemi.o.olatunji.mil@army.mil
(artwanette.l.franklin-andrews.civ@army.mil, olayemi.o.olatunji.mil@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMPETITIVE SOLICITATION Solicitation number: W912JB-25-Q-A088 Request For Quote (RFQ) Title: CNC Mill Machine Restriction: 100% Total Small Business NAICS: 333517 Size Standard: 500 Employees Issue date: 12 August 2025 Closing date: 02 September 2025 Contracting Office: USPFO-MI, 3423 N MLK JR BLVD, LANSING MI 48906 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, FAR 13 and 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. 1.0 REQUEST FOR QUOTE 1.1 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04. 1.2 Set aside is 100% Small Business. 1.3 Applicable size standard is 500 employees. 1.4 Place of delivery: Michigan National Guard, USPFO S&S Receiving, 3405 N MLK JR BLVD, Lansing Michigan 48906. 1.4.1 Delivery shall be 150 days after award 1.5 CNC Mill Machine: Quantity 1 1.6 Requirement details are on Attachment A � Specification. 1.7 Applicable provisions and clauses are provided on Attachment B. 2.0 QUOTE FORMAT 2.1 Refer to clause 52.212-1 Instructions to Offerors for preparation of the quote. An SF1449 is not required in accordance with FAR 12.603(b). 2.2 Offers should include the solicitation number, contractor name and address, point of contact name, phone and email address, CAGE code, unique entity identifier, tax identification number, and expiration date of pricing (minimum of 60 days). 2.3 Pricing of the offer shall include substantiating data of the pricing to establish that the proposed price is reasonable and complete. 2.4 The proposal shall not contain citations or active links to internet pages. Any linked information will not be accepted and removed from the proposal. 2.5 Questions due: 26 August 2025, 12:30 pm Eastern Standard Time (EST). Questions must be submitted via email to ng.mi.miarng.list.uspfopc@army.mil. Questions will not be answered via telephone. 2.6 Quotes due: 02 September 2025 � 12:30 p.m. Eastern Standard Time (EST) The Government reserves the right to require minor clarifications or to hold discussions. However, the Government may award without requesting clarification for ambiguity. 3.0 TECHNICAL CAPABILITY 3.1 The proposal shall present relevant information articulating the offeror�s approach to meeting the requirements. This section shall clearly demonstrate the offeror�s understanding by providing a clear description of the proposed items which meet all requirements specification. Offerors shall provide descriptions and images if possible. Technical capability will be evaluated as acceptable or unacceptable as compared to the Statement of Work ( Specification) requirements 4.0 EVALUATION 4.1 The Government intends to award to the small business that provides the best value to the Government which meets all the technical specifications and provisions listed in this RFQ. 4.2 Best value will be determined by evaluating price, past performance, and specifcations requested. Specification review will be evaluated as acceptable or unacceptable. All factors are rated approximately equal. 4.3 The government intends to award to the responsible contractor whose quote, conforming to the solicitation, is most advantageous to the government based on price and other factors that provide the best value. 4.4 The government may award to other than the lowest priced quote if the factors of technical capability and technical approach provide the best value and exhibit betterments above the minimum requirements identified in the RFQ. 4.5 Negative or adverse information on FAPIIS or SPRS in the last three years may render your quote unacceptable. 5.0 SAM REGISTRATION/JOINT VENTURE In accordance with Class Deviation 2023-O0001 effective October 28, 2022, a small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories: A) Small business; (B) Service-disabled veteran-owned small business; (C) Women-owned small business (WOSB) under the WOSB Program; (D) Economically disadvantaged women-owned small business under the WOSB Program; or (E) Historically underutilized business zone small business. 6.0 NIST COMPLIANCE 6.1 in accordance with DFARS 252.204-7020, the contractor shall submit a self-assessment on safeguarding covered defense information that resides in or transits through covered contractor information systems by applying network security requirements. 6.2 National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 provides 110 controls that the contractor shall self-evaluate to determine compliance. 6.3 Assessment to be submitted on Procurement Integrated Enterprise Environment (PIEE) to login to the Supplier Performance Risk System (SPRS) module prior to submitting a quote. 6.4 The assessment shall be no more than three years since reporting. 7.0 AWARD 7.1 In accordance with FAR 12.207, a firm-fixed contract shall be issued. 7.2 Approximate delivery date will be January 09, 2026 unless otherwise instructed. 7.3 The contractor shall communicate with the Contracting Officer Representative (COR) to schedule the preliminary performance meeting. 8.0 BILLING INSTRUCTIONS 8.1 Invoice terms are Net 30 days. 8.2 Invoices must be for supplies delivered. Invoices will not be accepted for billing future supply purchases and delivery during the delivery period. 8.3 Inspection and acceptance will be at Lansing, Michigan. 8.4 Quantity for supply purchases corresponds to the number of invoices to be submitted once per month for the time of delivery. 8.5 Invoices must be submitted through Wide Area Work Flow (https://piee.eb.mil). 8.5.1 Instructions are on clause 252.232-7006. 8.5.2 The invoiced amount for the CLIN shall not exceed the unit of issue amount. 8.5.3 Invoices shall be submitted after the supply purchase and delivery has been completed. 8.5.4 The Contracting Officer Representative (COR) has seven days to inspect the submitted invoice, and seven days to accept or reject the invoice. Once accepted, the request is submitted to the USPFO Pay Office for processing; when approved, the request is sent to DFAS for EDI transmission to the contractor.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/978c246365084f90bda2fa046035e858/view)
- Place of Performance
- Address: Lansing, MI 48906, USA
- Zip Code: 48906
- Country: USA
- Zip Code: 48906
- Record
- SN07547312-F 20250814/250812230049 (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 |