Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 13, 2025 SAM #8600
SOLICITATION NOTICE

42 -- Cascade System

Notice Date
6/11/2025 8:44:02 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
W7NH USPFO ACTIVITY MS ARNG FLOWOOD MS 39232-8861 USA
 
ZIP Code
39232-8861
 
Solicitation Number
W9127Q25QA009
 
Response Due
6/18/2025 8:00:00 AM
 
Archive Date
07/03/2025
 
Point of Contact
Reggie Clark, Phone: 6013131565, Laurie C. Morris, Phone: 6013131663
 
E-Mail Address
reginald.m.clark.civ@army.mil, laurie.c.morris3.civ@army.mil
(reginald.m.clark.civ@army.mil, laurie.c.morris3.civ@army.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 the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as a supplemented additional information in the notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. Solicitation number W9127Q25QA009 is being issued as a Request for Quotation (RFQ) with Open Market Pricing. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2024-05, Effective April 22, 2024, and the Defense Federal Acquisition Regulation (DFARS) Publication Notice (DPN) dated January 17, 2025. This requirement is a small business set aside under NAICS 333912 with a size standard of 1000 Employees. The MSARNG has a requirement for Cascade System (SCBA Air Compressor/Fill Station). See Salient Characteristics for the full scope of work. CLIN 0001: Cascade Air Compressor System General Requirements Must be able to fill at least three SCBA Bottles at the simultaneously. Fill SCBA bottles to pressure of minimum 4750PSI. Must have a minimum of four 6000psi Fill Bank tanks. Must have Digital Carbon monoxide and Water monitoring. Noise shall not exceed 76 DB at one meter. Must have automatic shutoff and drain capabilities. Must include Freight/shipping, Installation, and Training. Must include the country of origin. Must include Factory warranty consisting of at least the following; Manufactured compressors, compressor systems and accessory equipment are warrantied for eighteen (18) months from date of shipment or twelve (12) months from the date of start-up, whichever occurs first. Compressor pumps installed as an integral part of compressors or compressor systems are warrantied for a total of twenty-four (24) months, from the date of shipment. Replacement and service parts are warrantied for ninety (90) days from the date of shipment. Replacement compressor pumps are warrantied for one-hundred eighty (180) days from the date of shipment. Factory repairs are warrantied for ninety (90) days from the date of shipment. Option to purchase 5yr/1000hr (whichever occurs first) warranty Delivery to: 138 Military Drive Flowood, MS 39232 Delivery: FOB Destination within 4-6 weeks ARO Basis of Award: The government intends to award a purchase order to the responsible offeror whose quote conforms to the solicitation and is considered to be the most advantageous to the Government in accordance with FAR Part 12, Acquisition of Commercial Items, Evaluation will be in accordance with FAR 13.106 and is based on Best Value to the Government in terms of (i) Technical capability of the item offered to meet the Government requirement; (ii) Price; (iii) Past Performance History. Technical shall be weighted higher than price. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. Proposals shall include: (1) Price quote to include itemized description of what is included in the quote (2) detailed specifications and product literature that sufficiently describe the product(s) being offered. (3) Lead time for delivery. Must include pictures. Note: Quotes submitted without detailed product information and/or only restate the government provided specification will not be considered acceptable and shall be removed from further consideration. This notice does not obligate the Government to award the contract; it does not restrict the government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Only firm fixed price quotes will be evaluated. Along with your quote, please provide the country of origin for the products quoted, the Company Name with CAGE Code, TIN, UEI and Company POC with contact information (email and telephone number). Prompt payment discount terms (i.e. Net 30). SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register online go to http://www.sam.gov/ It is the contractors' responsibility to be familiar with applicable Clauses and Provisions. Clauses and provisions incorporated by reference may be accessed via https://www.acquisition.gov/. Please see attached listing of Clauses and Provisions. Deadline for receipt of your quote is established for no later than 10:00 A.M. Central Daylight Time (CDT), Wednesday, June 18, 2025. Please email quote to reginald.m.clark.civ@army.mil and laurie.c.morris3.civ@army.mil. All questions concerning this requirement must be submitted by Friday, June 13, 2025, at 1:00 PM CDT. Questions will be answered via an amendment to this solicitation. Questions are to be submitted electronically to reginald.m.clark.civ@army.mil and laurie.c.morris3.civ@army.mil. Please ensure the solicitation number ""W9127Q25QA009 - Cascade System"" is included in the subject line of all email correspondence.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4c7485fdc1a547fca32a2fd5a828ef4e/view)
 
Place of Performance
Address: Flowood, MS 39232, USA
Zip Code: 39232
Country: USA
 
Record
SN07474106-F 20250613/250611230045 (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.