SOLICITATION NOTICE
45 -- FY25 Navy Brig SHU Sinks and Toilets
- Notice Date
- 9/15/2025 2:11:26 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332913
— Plumbing Fixture Fitting and Trim Manufacturing
- Contracting Office
- FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
- ZIP Code
- 29404-5021
- Solicitation Number
- FA441825Q0066
- Response Due
- 9/19/2025 9:00:00 AM
- Archive Date
- 10/04/2025
- Point of Contact
- Lt Aaryn Scires, Phone: 8439633244, Taylor K. McDaniel, Phone: 8439634491
- E-Mail Address
-
aaryn.scires.2@us.af.mil, taylor.mcdaniel.1@us.af.mil
(aaryn.scires.2@us.af.mil, taylor.mcdaniel.1@us.af.mil)
- Description
- COMBINED SYNOPSIS/SOLICITATION Navy Brig SHU Sinks and Toilets JOINT BASE CHARLESTON (JB CHS), SC FA441825Q0066 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and FAR Subpart 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested, and a written solicitation will not be issued. (ii) FA441825Q0066 is issued as a request for quotation (RFQ). (iiI) These RFQ provisions and clauses are those in effect through Federal Acquisition Circular 2025-05 dated August 7, 2025. (iv) This acquisition is restricted for small business concerns. The associated North American Industry Classification System (NAICS) code is 332913 with a 1000-employee size standard. This is a Brand Name requirement. (v) A list of line-item numbers and items, quantities and units of measure can be found in Attch 02 � RFQ Pricing Sheet. (vi) The purpose of this combined synopsis and solicitation is for the purchase and delivery of (25) Willoughby Stainless Steel Lavatory Prison Sinks Model Number: HS-IO 13-96-R and (25) Willoughby Stainless Steel Prison Toilets Model Number ETWS-1490-FM-RPF in accordance with the attached Salient Characteristics (Attch 01 � Salient Characteristics). (vii) Delivery will be made 45 ARO. The Delivery FoB is NAVAL CONSOLIDATED BRIG Charleston, SC (viii) FAR 52.212-1, Instructions to Offerors � Commercial Items applies to this acquisition with the following Addenda; At a minimum, the offeror shall: (a) This RFQ has five (5) attachments Attch 01 � RFQ Pricing Sheet Attch 02 � Salient Characteristics Attch 03 � Provisions and Clauses Attch 04 � Band Name Justification Attch 05 - COMBO pdf version (b) Offerors shall utilize Attch 01 - RFQ Pricing Sheet to submit offered pricing and fill out Company name; address; SAM UEI; Cage Code; name, telephone number, email address for your company�s point of contact in response to this RFQ. (c) All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management. (d) The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award. (e) A Firm Fixed Priced Purchase Order is anticipated.111 (f) Acknowledgment of any amendments to this RFQ. (g) A statement that you agree to all terms of this RFQ. (h) Offerors must submit responses to this RFQ electronically by email to aaryn.scires.2@us.af.mil and taylor.mcdaniel.1@us.af.mil. (viii) FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition with the following Addenda; (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. (b) The following factors shall be used to evaluate offers in the following relative order of importance: Price: (c) Price � The Government will first rank each offer from lowest to highest priced offer. The Government may determine whether an offer is unacceptable if the prices are significantly unbalanced. The offeror�s quote will be evaluated for offering the specified Brand Name. If the lowest priced offeror submits a quotation to provide the Brand Named item that offeror represents the best value to the government and evaluations will end at that point. If the lowest priced offeror does not quote the Brand Named items evaluation will continue with the next lowest priced offeror and continue until an offeror is evaluated as providing the Brand named items and award will be made to that offeror or all offers are evaluated. (d) The Government intends to award a contract without interchanges with respective offerors. The Government, however, does reserve the right to hold interchanges with one, some, none, or all offerors. (ix)Offers in response to this acquisition are due 19 September 2025, No Later Than 12:00 PM EST. (x) Offerors may contact 2d Lt Aaryn Scires at 843-963-3244 or Taylor McDaniel at 843-963-4491 for information regarding this solicitation. Note: .zip files are not an acceptable format for the Air Force Network and will not go through our email system. (End of Provision)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2ce5d74aaeed4979bd6c186c702575c5/view)
- Place of Performance
- Address: Goose Creek, SC 29445, USA
- Zip Code: 29445
- Country: USA
- Zip Code: 29445
- Record
- SN07591061-F 20250917/250915230049 (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 |