Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2025 SAM #8640
SOLICITATION NOTICE

71 -- Multi-Level, Retractable Seating Platform System

Notice Date
7/21/2025 3:02:16 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
W7NQ USPFO ACTIVITY NMANG 150 KIRTLAND AFB NM 87117-5875 USA
 
ZIP Code
87117-5875
 
Solicitation Number
W50S8G25QW001
 
Response Due
8/11/2025 1:00:00 PM
 
Archive Date
08/26/2025
 
Point of Contact
Edwin Widgeon, Phone: 5053165467
 
E-Mail Address
edwin.widgeon@us.af.mil
(edwin.widgeon@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial supply products prepared in accordance with subpart 12.6, 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. This combined synopsis/solicitation is a Request for Quotation (RFQ) This solicitation is set aside 100% for small businesses under North American Industry Classification Code System (NAICS) 337127 � Institutional Furniture Manufacturing with a size standard of 500 employees. All applicable provisions and clauses for this solicitation are in effect through the Federal Acquisition Circular 2025-04 effective 11 June 2025. Description: The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary to deliver a multi-level retractable seating system with removal chairs. Please refer to the attached Statement of Objective (SOO) for detailed requirements for this combined synopsis/solicitation. The multi-level retractable seating system with removal chairs must be delivered within 120 days after contract award. A firm fixed price contract will be issued in response to this combined synopsis/solicitation. A modification to the contract will not be made to modify the price to add taxes, increased cost of materials, improper quote of materials, or fees missed in your quote that is in the SOO that was not included in your quote. The basis for award will be Best Value utilizing the Federal Acquisition Regulation (FAR) Part 13, 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. The following factors shall be used to evaluate offers: 1. Price 2. Technical � Provide a document no more than 10 pages demonstrating how your company will provide an end product meeting the requirements outline in the Statement of Objective (SOO). Documents exceeding 10 pages, the first 10 pages will be reviewed, pages exceeding 10 pages will not be reviewed. 3. Past performance � Information from CPARS, FAPPIS, and other Government systems will be reviewed to determine past performance. No past performance will be considered neutral. Per the FAR 13.106-1(a)(2)(iii) Solicitations are not required to state the relative importance assigned to each evaluation factor. Provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. Clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. To be eligible for award your company shall be registered and have a current registration through the period of performance in the System for Award Management (SAM) database per 52.204-7. A site visit will be held on 31 July 2025 at 9:00 am Mountain Daylight Time (MDT) the site visit is not mandatory but is highly encouraged. To attend the site visit you must email the following information by close of business 28 July 2025 to 150sow.msc.rfprfq@us.af.mil for each individual that will attend the stie visit: First, middle, last name Birthdate Drivers License State and number Country of Citizenship (Non US Citizens will not be authorized to enter room 104 of Building 1044 because it is a secure area) Questions and request for information (RFI) can be submitted until close of business 5 August 2025. Questions and RFI submitted after this deadline may not be acknowledged or answered. All invoicing will be accomplished electronically via Wide Area Work Flow (WAWF) an application within Procurement Integrated Enterprise Environment (PIEE) https://piee.eb.mil/ Payment will be made electronically within 30 days after the acceptance of an invoice. Submit questions to 150sow.msc.rfprfq@us.af.mil Title email as follows: Question � Solicitation W50S8G-25-Q-W001 Quotes are due no later than 2:00 PM Mountain Daylight Time (MDT) 11 August 2025. Submit quotes via email to 150sow.msc.rfprfq@us.af.mil no later than the time and date specified above.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6360e5964c6b47e39c521ad776fff972/view)
 
Place of Performance
Address: Kirtland AFB, NM 87117, USA
Zip Code: 87117
Country: USA
 
Record
SN07517900-F 20250723/250721230047 (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.