SOLICITATION NOTICE
71 -- Building 856 Room W203 Reconfigure Systems Furniture
- Notice Date
- 9/5/2025 8:57:17 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- FA8601 AFLCMC PZIO WRIGHT PATTERSON AFB OH 45433-5344 USA
- ZIP Code
- 45433-5344
- Solicitation Number
- FA860125Q0176
- Response Due
- 9/18/2025 9:00:00 AM
- Archive Date
- 10/03/2025
- Point of Contact
- Brian Algeo, Jessica Stamper
- E-Mail Address
-
brian.algeo.1@us.af.mil, jessica.stamper.2@us.af.mil
(brian.algeo.1@us.af.mil, jessica.stamper.2@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Combined Synopsis/Solicitation AFLCMC/PZI Installation Contracting Support Wright Patterson AFB, OH 45323 Date: 3 September 2025 Title: Building 856 Room W203 Reconfigure Systems Furniture Request for Quote (RFQ) / Solicitation Number: FA860125Q0176 Quotes Due: 18 September 2025 at 12:00 PM EDT Contact Point(s): Brian Algeo, Contract Specialist; brian.algeo.1@us.af.mil Contact Point(s): Jessica Stamper, Contracting Officer; jessica.stamper.2@us.af.mil Notice to Vendor(s): The Government reserves the right to conduct interchanges with some, none, or all offerors, or make no award at all depending upon: 1) the quality of quotations received, and 2) whether proposed prices are determined to be fair and reasonable. The Government reserves the right to cancel this solicitation, either before or after the closing date. Description: -This is a combined synopsis/solicitation for commercial products or commercial services in accordance with the information in FAR 12.6, as 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. This combined synopsis/solicitation is expected to result in the award of a firm-fixed-price contract for Building 856 Room W203 Reconfigure Systems Furniture as described in the requirements section of this combined synopsis/solicitation and accompanying attachments. - This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2024-07, effective 29 August 2024; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20241010, effective 10 October 2024; and Air Force Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2023-0301, effective 12 July 2024. -This announcement constitutes the only combined synopsis/solicitation; proposals are being requested, and a written solicitation will not be issued. An award, if there is any, will be made to the lowest priced Offeror who submits a proposal that: Conforms to the requirements of the combined synopsis/solicitation 2. Receives a rating of ""Acceptable"" on the Technical Capability evaluation factor. 3. Contains the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. *Please include the total quoted price in the submission email or on a cover page of the quote. - The combined synopsis/solicitation number of this requirement is FA8601-25-Q-0176 and is hereby issued as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Products and Commercial Services, and FAR Part 13, Simplified Acquisition Procedures. QUESTIONS: The Government will accept questions concerning solicitation number FA860125Q0176 until 11 September 2025 at 12:00pm EDT. Email your questions on a .pdf, .doc, .docx, .xls or .xlsx document to brian.algeo.1@us.af.mil and jessica.stamper.2@us.af.mil. Any questions received after this date and time may not be considered. 2. Acceptable means of Submission: All submissions must be submitted electronically via email to both the Contracting Officer (Jessica Stamper, jessica.stamper.2@us.af.mil) and the Contracting Specialist (Brian Algeo, brian.algeo.l@us.af.mil), by Thursday, 18 September 2025, by 12:00 PM EDT. Late submission will not be accepted or considered for award, unless written approval is received by the contracting officer. It is the responsibility of the offeror to ensure that the quote and its attachments are received. Any correspondence sent via e-mail must contain the subject line �Building 856 Room W203 Reconfigure Systems Furniture� The entire quotation must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any. E-mails with compressed files are not permitted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files). Therefore, if the specified subject line is not included, the e-mail may not pass through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If you send attachments with email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent. The email filter may delete any other form of attachments. If a DoD Safe drop off is needed, please notify the contract specialist or contracting officer at least 48 hours before quotes are due. Any quotes received after designated closing date and time need not be considered. Quotes must include aggregate total of base plus all option year CLINS, if requested (IAW FAR 52.217-5 Evaluation of Options). All quotes shall be in whole dollars and conform to the Contract Line-Item Number (CLIN) structure of attached solicitation. If you do not receive a confirmation email within 24 hours of submitting the proposal, please reach out to the points of contact listed on the solicitation. Submittal of proposals in response to this combined synopsis/solicitation constitutes agreement by the Offeror to all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the internet website https://www.acquisition.gov. The Government reserves the right to award without discussions or make no award depending upon the quality, price fairness, and price reasonableness of the proposals received. 3. Period of Performance: Delivery to take place within 120 days from contract award. 4. Delivery Destination: Identified in Statement of Work (SOW). 5. Delivery Type: FOB Destination (As defined in FAR 2.101- Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss). 6. Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination. Period of Acceptance of Quotes: Offeror agrees to hold prices in its quote firm for 90 calendar days from the date specified for receipt of offers. 7. Requirement: Building 856 Room W203 Reconfigure Systems Furniture IAW the SOW. 8. Contract Type: The anticipated award is Firm-Fixed Price. 9. Basis for Award: The Government will award a contract resulting from this RFQ to the Offeror whose offer conforms to the requirements outlined in the Statement of Work and is most advantageous to the Government, lowest evaluated price of proposals meeting or exceeding the acceptability standards and other factors considered. 10. Technical or Quality: The proposal MUST be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements, but rather must provide convincing rationale to address how the offeror intends to meet the listed requirements. Offerors assume that the Government has no prior knowledge of their facilities or experience and will base its evaluation on the information presented in the offer submitted. Technical Proposals describe how the offeror will provide for the requirement as described in the SOW. The proposal will be evaluated to the extent to which it can meet and/or exceed the Government's requirements as outlined in the solicitation and based on the information requested in the instructions to offerors section of the solicitation. 11. Price: The Government will evaluate the price by adding the total of all line-item prices, including all options. 12. Required Proposal Items: Proposals may be in any format but MUST Include: 1. Proposing company name, address, SAM Unique ID, Cage Code, and TIN 2. Point of contact's name, phone, and email 3. Itemized Quote 4. Detailed description of products and services to be provided including item dimensions and specifications 5. Proposal number & date 6. Timeframe that the proposal is valid 7. Individual item price 8. Total Price (Net 30), No Progress Payments 9. Shipping (FOB Destination) 10. Completed copy of Representations and Certifications 11. See Statement of Work for additional quote requirements Provisions and Clauses: See solicitation attachment for applicable provisions and clauses. Offerors shall complete and include in quotations all representations and certifications, as well as all fill-in provisions and clauses, contained within this solicitation. 13. Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this combined synopsis/solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow - Receipt and Acceptance (WAWF - RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. 14. Additional Instructions to Offerors: The following paragraphs in the provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, are tailored as follows: a. North American Industry Classification System (NAICS) code and small business size standard are as specified in the solicitation document. b. Submission of offers is as prescribed in the text of this combined synopsis/solicitation. 15. Proposal Content: The proposals may be in any format, but shall consist of two separate parts, a technical proposal and a price proposal. Additionally, quotations that contain pricing only with no description/detail of the equipment that will be provided will not be accepted or considered for award. 16. Proposal Detail: The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements. Offerors shall assume that the Government has no prior knowledge of their facilities or experience and will base its evaluation on the information presented in the offer submitted. 17. Embellishments Not Desired: Elaborate brochures or documentation, binding, detailed artwork, or other embellishments are unnecessary and are not desired. 18. Attachments: 1. Solicitation - FA860125Q0176 2. Statement of Work (SOW) 3. Offeror Reps and Certs 4. CID Bldg 856 W203 5. Existing Furniture Plans 6. Furniture Plans
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fd1c6f48c55048e296d0e3179962d8c0/view)
- Place of Performance
- Address: Wright Patterson AFB, OH 45433, USA
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN07580615-F 20250907/250905230047 (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 |