Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 24, 2025 SAM #8672
SOLICITATION NOTICE

70 -- WCM Secure Video Teleconferencing (SVT) system

Notice Date
8/22/2025 11:54:16 AM
 
Notice Type
Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
W7NG USPFO ACTIVITY MNANG 133 SAINT PAUL MN 55111-4112 USA
 
ZIP Code
55111-4112
 
Solicitation Number
W50S7E25Q0010
 
Response Due
9/5/2025 1:00:00 PM
 
Archive Date
09/20/2025
 
Point of Contact
Daniel Byler, Phone: 6127132613, Jason M. Mosher, Phone: 6127132612
 
E-Mail Address
daniel.byler@us.af.mil, jason.mosher@us.af.mil
(daniel.byler@us.af.mil, jason.mosher@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Solicitation Amendment 1: Attaching vendor Q&A - see attached document Site Visit QA_22AUG2025. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement is being issued as a request for quotation (RFQ) and constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-04. This combined synopsis/solicitation is set-aside 100% for small business. The North American Industrial Classification Standard 541512, Computer Systems Design Services, applies to this solicitation; business size standard is 34 million dollars. The Contracting Officer reserves the right to award under a different NAICS if the company would qualify as a small business under the solicited NAICS. The Minnesota Air National Guard has plans to issue a firm-fixed price order for the following: Video Teleconferencing System (see attached Statement of Work) Statement of Work SITE VISIT Offerors or quoters are urged to attend this pre-proposal conference/site visit if available. The date of the scheduled site visit will be Tuesday, Aug. 19, 2025 at 3:00 PM. Contractors should report to building 631, to meet with Contracting, Communications Squadron, and Civil Engineering staff. Please bring something to write with so you can write down any questions you may have. You are requested to submit all of your questions in writing within 2 days of the pre-proposal site visit. Not attending the site visit will not be grounds for claims after award is made. Please submit full name, date of birth, and REAL ID/Enhanced driver�s license state/number to MSgt Daniel Byler, daniel.byler@us.af.mil, for any person attending this meeting by Thursday, Aug. 14, 2025 at 3:00 PM. REAL ID Standards for 133 AW Installation Access. Effective May 7, 2025, standard Minnesota driver's licenses will no longer be accepted for accessing 133 Airlift Wing due to the REAL ID Act of 2005. These rules apply to all military installations, airports, and all federal facilities. To gain access, individuals must present either a Military ID (CAC, retiree/dependent, DoD civilian/contractor), REAL ID-compliant driver's license, a Minnesota Enhanced driver's license, or another federally approved form of identification, such as a U.S. passport. If a visitor does not have a Real ID, a combination of acceptable credentials can also be used. Alternate credentials include a combination of non-compliant driver's license and another identification card, such a social security card, voter registration card, U.S. passport, Federal PIV card, original or certified birth certificate, Certificate of U.S. Naturalization, Permanent Resident Card/Alien Registration Receipt Card, Veteran Health ID Card, or Transportation Worker Identification Credential (TWIC). ****Quotation instructions**** Evaluation: The Government plans to award a contract resulting from this solicitation to the offer conforming to the solicitation which will be most advantageous to the Government. Quotes will be evaluated based on: Best value using price, technical acceptability, design quality, equipment capabilities, delivery time, and past performance (based on FAPIIS, SPRS, CPARS, and references) (ref FAR 52.212-2) In accordance with 15.304, the relative importance of all other evaluation factors, when combined, are?considered equal to price. All solicitation specifications are not absolute and the 133AW will consider innovative solutions to this requirement. Quotes may be comparatively evaluated in compliance with FAR 13.106-2 (b) (3). *Provide sufficient information and details to allow for a full and comprehensive evaluation of your quote.* Multiple Solutions: Multiple solutions to the requirement should be offered as alternative quotes and will be evaluated as separate offers. Multiple solutions are encouraged. Innovative solutions are encouraged and will be evaluated in accordance with the intent of this requirement. Standing quotes may be considered as responsive if in the best interest of the government. GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. SAM.gov registration is required. If not already registered in SAM, go to https://sam.gov/ to register prior to submitting quote. SAM.gov Contracting Opportunities is the official posting location for this solicitation. Interested vendors are encouraged to access this solicitation and all supporting documents on SAM.gov. We are not responsible for information posted on any other web site. Offeror MUST provide: Tax ID and CAGE Code and UEI with proposal. All questions and quotes must be directed to the 133AW Contracting Office via email at daniel.byler@us.af.mil. Questions asked within 2 days of solicitation close will be answered at the discretion of the Contracting Officer. Emailed quotes are preferred. Late quotes may be rejected at the Contracting Officer�s discretion. Electronic Documents: All electronic documents must NOT be �secured,� �locked�, or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/654fe1071a4141209d299f54b003557a/view)
 
Place of Performance
Address: Saint Paul, MN 55111, USA
Zip Code: 55111
Country: USA
 
Record
SN07563487-F 20250824/250822230045 (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.