Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 01, 2025 SAM #8710
SOLICITATION NOTICE

58 -- REQUEST FOR QUOTE � 135� LED Display, External Camera/Mic, & Install

Notice Date
9/29/2025 3:12:58 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
09292025
 
Response Due
9/30/2025 8:30:00 AM
 
Archive Date
09/30/2025
 
Point of Contact
Suzanna Kussman, Joshua Vasquez
 
E-Mail Address
suzanna.kussman@us.af.mil, joshua.vasquez.5@us.af.mil
(suzanna.kussman@us.af.mil, joshua.vasquez.5@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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. Commercial Items (FAR 12) and Simplified Acquisition Procedures (FAR 13) will be used for this requirement. Hereafter, this notice shall be titled ""Solicitation."" (ii) Solicitation Number: 09292025. This solicitation is issued as a Request for Quote (RFQ) to offerors. Please review all solicitation documentation for complete instructions and requirement information. (iii) Defense Priorities and Allocation System (DPAS): N/A (iv) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2025-05, effective 7 Aug 2025; and DPN 20250117. (v) This is a 100% Total Small Business Set aside. The North American Industry Classification System (NAICS) code for this project is 334220 with a size standard of 1,250 employees. (vi) Contract Type: The anticipated contract type is Firm Fixed-Price. (vii) Description of supplies to be acquired: (viii) The contractor shall provide a 135"" LED Wall Display with external camera, external microphone, and installation which meets the following minimum salient characteristics: Quality display with at minimum a 1920X1080 resolution 135"" diagonal display Minimum 6000:1 contrast ratio Internal storage of 32GB minimum 1.55/56 pixel pitch Android operating system Installation included External Camera system External wireless microphone. (ix) Location of requirement: Edwards AFB, CA 93524 (xi) Applicable FAR, DFARS, and DAFFARS provisions and clauses are posted within the with the Solicitation Model Contract. The final list of clauses is dependent upon actual dollar value of the contract award, and may change from those provided in the attachment. The provision at FAR 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services (Sep 2023), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/. Offerors shall prepare their quotations in accordance with FAR 52.212-1. PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE: 1. SAM UEI 2. CAGE Code: 3. Contractor Name: 4. Payment Terms (net 30) or Discount: 5. POC Name, Phone Number, Email: 6. Warranty: 7. Date Offer Expires: 8. FOB Destination: 9: Estimated Delivery Lead Time: The provision at FAR 52.212-2, Evaluation�Commercial Products and Commercial Services (Nov 2021) applies to this acquisition. 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: ***Please read the evaluation criteria closely. If vendor does not provide a full response, it will be found unresponsive*** The solicitation provides that quotations will be evaluated through determination of the response which provides the Best Value. The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-price factors. The technical acceptability factor contains one non-price subfactor: (1) Ability to meet the minimum salient characteristics of this requirement. The agency will first rank quotations according to price, from lowest to highest, and will evaluate the lowest-priced quotation as either technically acceptable or unacceptable, reserving the right to evaluate additional quotations for technical acceptability if deemed to be in the best interest of the government. Evaluation Factors: 1. Price 2. Technically Acceptability Technically Acceptable Subfactors: Ability to meet the minimum salient characteristics of this requirement Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer, or have a completed copy with their SAM.gov registration. If completed via SAM.gov, please state so within the proposal/quote. Offerors shall include a completed copy of the provision at FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, with its offer. FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, and FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and any addenda to the clause. INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: https://www.acquisition.gov. TO REGISTER WITH SYSTEM FOR AWARD MANAGEMENT (SAM), GO TO URL: https://www.Sam.gov/. �Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.� (xiv) Submissions are to be addressed to Air Force Test Center (AFTC), Directorate of Contracting � AFTC/PZIOB, 5 South Wolfe Avenue Building 2800, Edwards AFB, CA 93524, and are to be sent via email to the Contract Specialist, Suzanna Kussman at suzanna.kussman@us.af.mil as well as the Contracting Officer, Joshua Vasquez, joshua.vasquez.5@us.af.mil. Submissions are due no later than 30 September 2025 at the deadline attached to this SAM posting. No hand delivered or mailed proposals will be accepted, only emailed responses will be considered or evaluated.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2316e4b0b3984632a11f2cde8b82d8f6/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN07607667-F 20251001/250929230044 (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.