SOLICITATION NOTICE
71 -- 21 STS Furniture, Fixtures, & Equipment - Simplified Acquisition Proposal Request (SAPR) - Amendment 03
- Notice Date
- 9/3/2025 7:55:42 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- FA4452 763 ESS SCOTT AFB IL 62225-5020 USA
- ZIP Code
- 62225-5020
- Solicitation Number
- FA445225R0031
- Response Due
- 9/5/2025 11:00:00 AM
- Archive Date
- 09/20/2025
- Point of Contact
- Tonya Hughes, Phone: 6182569979, Marissa Markus, Phone: 6182569944
- E-Mail Address
-
tonya.hughes.2@us.af.mil, marissa.markus@us.af.mil
(tonya.hughes.2@us.af.mil, marissa.markus@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- 1. This is a combined synopsis/solicitation SAPR for the subject requirement to be awarded pursuant to Federal Acquisition Regulation (FAR) FAR Part 13 ordering procedures, FAR Part 12 procedures, and the specific requirements outlined in this request with attachments. The 21st Special Tactics Squadron (21 STS) requires the purchase of 33 various furniture and equipment items to furnish its new facilities which will include delivery, assembly and installation. More specific details can be found in the attachments to this solicitation. All products must be delivered and installed within the performance period of 19 September 2025 - 31 October 2025. 2. In addition to the provisions and clauses listed in Attachment 2, the following clauses will be included in this contract: a. 5352.201-9101, Ombudsman 3. In response to the SAPR, the contractor shall complete and return the following: - Information and Pricing Worksheet (Attachment 1), - Provisions and Clauses (Attachment 2), the contractor shall complete the fill-in provisions and clauses outlined in Attachment 2. - The contractor shall include a cover letter stating a proposal acceptance period of at least 45 days. Proposals offering less than 45 days will be deemed unacceptable. The cover letter shall be submitted on company letter head that includes the company name, address, and a specific point of contact (POC). By submission of a proposal, the contractor accedes to all SAPR requirements including terms, conditions, and representations. The contractor�s proposal shall be valid for at least 45 days after proposal submission. Basis of Award: Award will be made in accordance with the simplified acquisition procedures, FAR Part 13, the procedures specified in the SAPR, and on the basis of the firm�s fixed price proposal that is technically acceptable. An order may be awarded to the offeror who is deemed responsible IAW FAR 9.1, as supplemented, whose proposal conforms to the SAPR's requirements (to include all stated terms, conditions, representations, certifications, and all other information required by the SAPR instructions) and is judged to represent a technically acceptable proposal. First, the Government will rank the proposals which conform to the SAPR�s requirements from lowest price to highest price. Next, the Government will evaluate the lowest price offeror for technical acceptability as follows: Technically Acceptable - Proposal meets all requirements of this SAPR and attachments and the contractor can complete the required work within the specified period of performance. Technically Unacceptable - Proposal does not meet all the requirements of this SAPR and its attachments, and/or the contractor cannot complete the required work within the specified period of performance. The Government will evaluate price based on Lowest Price Technically Acceptable (LPTA). The Government will evaluate the two lowest priced proposals for adequate price competition and will not evaluate other proposals if there is adequate competition from the lowest two proposals. The Government will evaluate Price to determine the completeness and reasonableness. If the proposal with the lowest price is determined technically acceptable, the Government will evaluate the offer�s total aggregate price for price completeness and reasonableness, as defined below. If the lowest priced proposal is technically acceptable and the price is complete and reasonable, then this offeror�s proposal represents the best value to the Government and award will be made to that offeror. If the lowest priced proposal is not technically acceptable, the Government will consider the correction potential and may enter interchanges with that offeror. If, after interchanges with that offeror, their proposal is technically acceptable and remains the lowest price, the Purchase Order will be issued to that offeror. If the Government deems the proposal not easily correctable, or if at any time it becomes other than the lowest priced proposal, the next lowest priced proposal will be evaluated for technical acceptability, followed by an analysis of their price to verify reasonableness and completeness. Interchanges will take place as necessary or deemed appropriate by the Government. Applicable definitions are outlined below: Completeness - The proposal will be reviewed to determine the extent to which all the price elements have been addressed. The review will determine the adequacy of the offeror's proposal in addressing and fulfilling the SAPR requirements. Reasonableness � The proposal will be reviewed to determine the reasonableness of price and the offeror�s understanding of an ability to fulfill the requirement. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay in the conduct of competitive business. The Government will determine prices fair and reasonable using one or more of the price analysis techniques at FAR 13.106-3(a)(2). 4.Questions and Answers / Assumptions and Exceptions: Contractors are cautioned that allcommunications are to be channeled through the Contracting Specialist (CS) and ContractingOfficer (CO). Any questions whether technical or contractual in nature shall be submitted inwriting. Questions and Answers may be submitted in writing to the CS Ms. Marissa Markus at marissa.markus@us.af.mil AND CO Ms. Tonya Hughes at tonya.hughes.2@us.af.mil by 1:00 PM Central Standard Time (CST) on 28 August 2025. No further questions will be addressed after this date. Contractors shall address any assumptions and proposed exceptions to the CO in their proposal. 5.This SAPR is not authorization to provide the products or begin performance, and in no way obligates the Government for any costs incurred by the offeror associated with developing aproposal. The Government reserves the right not to award a contract in response to this SAPR. Prior to commencement of any activities associated with delivery or performance ofthis requirement, the Government will issue a written directive or contractual document signed by the Contracting Officer with appropriate consideration established. 6. Proposals shall be submitted via Sam.gov or via email to Contract Specialist, Ms. Marissa Markus, marissa.markus@us.af.mil and Contracting Officer, Ms. Tonya Hughes, tonya.hughes.2@us.af.mil, no later than 1:00 PM Central Standard Time (CST) on 5 September 2025. Any proposals received after the SAPR closing date and time will beconsidered �late� and may not be considered for award. For all technical and contractual questions and comments, please contact Ms. Marissa Markus, marissa.markus@us.af.mil or Ms. Tonya Hughes at tonya.hughes.2@us.af.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/290c3f4b60694724873a5270b83b1d80/view)
- Place of Performance
- Address: Pope Army Airfield, NC 28308, USA
- Zip Code: 28308
- Country: USA
- Zip Code: 28308
- Record
- SN07577154-F 20250905/250903230048 (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 |