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

71 -- RFQ Command Post Console

Notice Date
9/29/2025 1:59:06 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238390 — Other Building Finishing Contractors
 
Contracting Office
FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
F1SEAM5265A001
 
Response Due
9/30/2025 9:00:00 AM
 
Archive Date
10/15/2025
 
Point of Contact
Brian Wu, john Walker, Phone: 6612771829
 
E-Mail Address
brian.wu@us.af.mil, john.walker.68@us.af.mil
(brian.wu@us.af.mil, john.walker.68@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 FAR 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. The Simplified Acquisition Procedures (FAR 13) will be used for this requirement. (ii) Solicitation Number: Command Post Console**Please provide the full solicitation number on all packages** This solicitation is issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2024-04, DFARS Publication notice (DPN), DPN 20250718 and Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS), DAFFARS 20241016. (iv) THIS REQUIREMENT WILL BE: Small Business Set Aside. The North American Industry Classification System (NAICS) number for this acquisition is 238390 with a size standard of 19 million and a Product Service Code (PSC) of 7110. (v) CLIN Nomenclature: We require brand name or equal for Eagle Line Console. We require two consoles built to support all Emergency Functions ie. Giant Voice, AtHoc, Communication devices used at Edwards AFB. The Console provides Command Controller comfort for 24/7 operations with individual illuminating lighting, stand-up desk functions, singular heat/cooling fans, adequate amount of desk space/drawers/bookcases, power surge outlets with organizing wire functions to decrease fire hazards by 99 percent. New Carpets for the entire Console area will be installed to replace the 20-year-old carpets that will decrease the chances of black mold build up underneath the floor. Also, The carpet is equipped with a shock proof fabric, providing safety in case of a short in the electrical system. See the attached Statement of objectives (SOO) and drawings for further information. (vi) Description of supplies to be acquired: The Air Force Test Center (AFTC), Edwards Air Force Base (EAFB), CA has a requirement for a Command Post Console. (vii) Estimated Period of Performance: 90 days ARO (viii) The provision at 52.212-1, Instructions to Offerors Commercial Items (Nov 2021), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/ ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included: PROVIDE THE FOLLOWING CONTRATOR INFORMATION WITH YOUR QUOTE a) Solicitation Number: b) Unique Entity ID Number: c) CAGE Code: d) Contractor Name: e) Point of Contact and Phone Number: f) Email Address: g) Technical Description of Items: h) Warranty (if applicable): i) Price and any Discount Terms: j) FOB (destination): k) Date Offer Expires: l) Completed copy of FAR 52.212-3, Alt I, Offeror Representations and Certifications-Commercial Items (May 2022) or notification that FAR 52.212-3 representation and certification are available on SAM.gov (ix) The provision at 52.212-2, Evaluation - Commercial Items (Nov 2021) applies to this acquisition. ADDENDUM to 52.212-2, Evaluation Commercial Items (Oct 2014). 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. EVALUATION: SELECTION CRITERIA: BEST VALUE Best Value The solicitation provides that quotations will be evaluated using best value. The award will be made on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability factor contains one non-cost subfactors: Evaluation Factors: 1. Price 2. Technically Acceptability Technically Acceptable Subfactors: Ability to provide 2 command consoles IAW SOO dated 10 Sep 25 The agency will first rank quotations according to price, from lowest to highest, and will evaluate the three (3) lowest-priced quotations 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. Any resulting contract of this RFQ will be awarded as Firm Fixed-Price. Quotes will be evaluated to determine best value. Price, features of the supply, delivery terms, and warranty terms are all factors to be considered when determining best value. A written notice of award, or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer, or part of an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. One award will be made under this solicitation. Awards will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers via e-mail; oral offers will not be accepted. All offerors must be registered with the System for Award Management (SAM). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items (Feb 2024), with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Nov 2023), applies to this acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2025), applies to this acquisition. All acceptable FAR, DFARS, and AFFARS clauses and provisions are contained in the model contract solicitation. The following clauses cited in FAR 52.212-5 apply to this acquisition: FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed by Kaspersky Lab and Other Covered Entities (Dec 2023) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Equipment (Nov 2021) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.219-28 Post Award Small Business Program Representation (Jan 2025) FAR 52.222-03 Convict Labor (June 2003) FAR 52.222-19 Child Labor Cooperation With Authorities and Remedies (Jan 2025) FAR 52.222-21 Prohibition of Segregated Facilities (April 2015) FAR 52.222-26 Equal Opportunity (Sep 2016) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (June 2020) FAR 52.222-41 Service Contract Labor Standards (Aug 2018) FAR 52.222-42 Statement of Equivalent Rates for Federal Hire (May 2014) FAR 52.222-50 Combating Trafficking in Persons (Nov 2021) FAR 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2022) FAR 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving. (May 2024) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) (xiii) Additional Contract Requirement or Terms and Conditions: The following is a contemplated list of provisions/clauses; the final list of clauses is dependent upon actual dollar value of the contract award and may change from the list provided below. Full text clauses can be accessed via http://acquisition.gov. PROVISIONS FAR 52.204-7 System for Award Management (Nov 2024) FAR 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Sep 2022) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation (Dec 2019) DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation (May 2021) CLAUSES FAR 52.203-3 Gratuities (Apr 1984) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services (Nov 2023) FAR 52.223-23 Sustainable Products and Services (May 2024) FAR 52.223-10 Waste Reduction Program (May 2011) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Mar 2023) 52.232-18 Availability of Funds (Apr 1984) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Dec 2022) DFARS 252.204-7012 Safeguard Covered Defense Information and Cyber Incident Reporting (May 2024) DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (Jan 2023) DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2023) DFARS 252.211-7003 Item Identification and Valuation (Jan 2023) DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jan 2023) DFARS 252.225-7001 Buy American and Balance of Payments Program (Feb 2024) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006 Wide Area Workflow Payment Instructions (Jan 2023) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.244-7000 Subcontracts for Commercial Items (Nov 2023) DFARS 252.247-7023 Transportation of Supplies by Sea (Oct 2024) DAFFARS 5352.201-9101 Ombudsman (Jul 2023) DAFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Jun 2024) (xiv) Defense Priorities and Allocation System (DPAS): N/A (xv) Proposal Submission Information: Offers are due by Tuesday, 30 Sep 2025 at 9:00 AM Pacific Daylight Time (PDT). All offers are to be sent via email to Contract Specialist Brian Wu at brian.wu@us.af.mil and Contracting Officer John Walker at John.Walker.68@us.af.mil via electronic email. No late submissions will be accepted. (xvi) For additional information regarding this solicitation contact: Primary Point of Contact: Brian Wu Contract Specialist brian.wu@us.af.mil Secondary Point of Contact John Walker Contracting Officer john.walker.68@us.af.mil Attachments: 1. SOO 2. Drawings
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f12f822658d7405490c6438796227538/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN07607798-F 20251001/250929230045 (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.