Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 07, 2025 SAM #8686
SOLICITATION NOTICE

J -- BMET Test Equipment Maintenance 633rd MDG Langley

Notice Date
9/5/2025 11:45:25 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
DEFENSE HEALTH AGENCY FREDERICK MD 21702 USA
 
ZIP Code
21702
 
Solicitation Number
HT940625QKM01
 
Response Due
9/15/2025 11:00:00 AM
 
Archive Date
09/30/2025
 
Point of Contact
Karl Molina
 
E-Mail Address
karl.o.molina.civ@health.mil
(karl.o.molina.civ@health.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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and a written solicitation will not be issued. The Request for Quote number is HT940625QKM01. Offers are due not later than 2:00 P.M. EST on 12 September 2025. Provisions and clauses in effect through Federal Acquisition Circular 2025-06 are incorporated. NAICS code for this acquisition is 811219. Small Business size standard is $22M. This requirement is a 100% Small Business set-aside and only qualified offerors may submit offers. Per FAR 4.1101 Offerors are required to be registered in SAM at the time an offer or quotation is submitted in order to comply with the annual representations and certifications requirements. The Defense Health Agency will award a purchase order, for perform preventive maintenance and calibration for all equipment listed in Appendix 5 as defined in the attached Performance Work Statement (PWS) on behalf of the 633rd Medical Group, Langley AFB, VA. resulting from this synopsis/solicitation to the responsible contractor whose quote conforming to the solicitation represents the lowest price technically acceptable. Any small business who understands their product meets this specification are may submit an offer. The contractor shall provide one (1) or two (2) PMls per year for each separate unit depending on the manufacturer's specifications. There must be one (1) on-site PMI per year. The anticipated period of performance will be 30 September 2025 to 29 September 2026, additional four, twelve months Option periods will be included. The FAR provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition including attached addenda to the provision. The FAR provision at 52.212-2, Evaluation -- Commercial Items, and the specific evaluation criteria as attached addenda also apply to this acquisition. The Offeror is to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. In case only one offer is received the Government will follow procedures in FAR 13.106-3.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3ff02bf15b1842ad926a99a4a96b6028/view)
 
Place of Performance
Address: Langley AFB, VA 23665, USA
Zip Code: 23665
Country: USA
 
Record
SN07579858-F 20250907/250905230042 (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.