Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 12, 2025 SAM #8538
MODIFICATION

63 -- INFANT SECURITY SYSTEM

Notice Date
4/10/2025 1:15:23 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
FA2823 AFTC PZIO EGLIN AFB FL 32542-5418 USA
 
ZIP Code
32542-5418
 
Solicitation Number
FA282325Q6001
 
Response Due
4/28/2025 10:00:00 AM
 
Archive Date
05/13/2025
 
Point of Contact
Wilma �Kat� Snider, Phone: 850-366-2823, JEREMY RENNAHAN
 
E-Mail Address
wilma.snider@us.af.mil, JEREMY.RENNAHAN.1@US.AF.MIL
(wilma.snider@us.af.mil, JEREMY.RENNAHAN.1@US.AF.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commodities 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; quotes are being requested, and a written solicitation will NOT be issued. This is a competitive Request for Quote (RFQ) and the solicitation number for this requirement is FM2823-25-Q-6001. The Operational Contracting Division, Air Force Test Center at Eglin, AFB, Florida, requires an Infant Security System with installation in accordance with the Statement of Objectives (SOO) and Requirements List dated March 28, 2025. This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, as supplemented. This procurement will be conducted as a 100% Small Business set-aside; please identify your business size in your response based upon this standard. Award will be made to the lowest priced, responsible Offeror whose offer conforms to all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements. There will be no advanced payments. The North American Industry Classification System code (NAICS) is 561621 � Security Systems Services (except Locksmiths) and Product Service Code (PSC) 6350 � Miscellaneous Alarm, Signal and Security Detection, with a small business size standard of $25,000,000. A firm-fixed priced purchase order will be awarded. The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. The Government is not responsible for any costs incurred or associated with preparation and submission of an offer in response to this solicitation. NO OFFERORS WILL BE COMPENSATED FOR SUBMITTING AN OFFER. REQUIREMENT: Infant Security System and Installation System. The Infant security systems installed must be turnkey and hold an active Authority to Operate (ATO) as granted by CSTAR. � CLIN 0001: (FIRM-FIXED PRICE) Infant Security System IAW SOO and Specific Requirements List dated March 28, 2025 � CLIN 0002: (FIRM-FIXED PRICE) Supplies & Manuals � CLIN 0003: (FIRM-FIXED PRICE) Clinical Education � CLIN 0004: (FIRM-FIXED PRICE) Installation & Removal FOB Destination Shipping Requested. The Contracting Officer has determined that there is a high probability of adequate price competition for this acquisition. Upon examination of the initial offers, the Contracting Officer will review this determination and if, in the Contracting Officer�s opinion, adequate price competition exists no additional price information will be requested. However, if at any time during the evaluation the Contracting Officer determines that adequate price competition no longer exists, Offerors may be required to submit information to the extent necessary to determine the price fair and reasonable. BASIS FOR AWARD: In accordance with FAR 13.106-1(a)(2)(i) the offerors will be evaluated on a BEST VALUE basis and the award will be made to the responsible quoter whose quote, conforming to the solicitation represents the best value to the government. In no particular order of significance, the following factors shall be used to evaluate quotes: 1. Technical capability of the item offered to meet the governments� requirement 2. Price 3. Past Performance/Evidence of recent experience in similar type and scope 4. Supplier Performance Risk System (SPRS) Rating (IAW DFARS 252.204-7024) EVALUATION PROCESS: Award shall be made to the offeror providing the best value to the Government, as determined under FAR Part 13.106-2(b) (Evaluation of Quotations or Offers). The government is not obligated to determine a competitive range, conduct discussions, solicit final revised quotes, or use other techniques associated with FAR Part 15. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide all requested information shall be considered non-compliant and your quote could be removed from the evaluation process. Award will be made to the responsible offeror whose conforming offer is most advantageous to the Government, considering price and other factors. The following factors shall be used to evaluate offers: 1. Price (Follow these instructions): Offerors must submit firm-fixed price quotations that meet the requirements in this RFQ, including all information and Contract Line-Item Numbers (CLINs) specified in Attachment 4 (Quote Submission). Quotes without pricing for the specified CLINs will be deemed unacceptable and ineligible for award. 2. Past Performance Relevancy: The Offeror must provide one (1) to three (3) references of similar work experience using Attachment 5, Past Performance Relevancy Worksheet. These references demonstrate the Offeror's capacity to meet the requirements outlined in the Statement of Objectives. The Contracting Officer may contact these references for verification. The Government may also gather performance information from other sources for evaluation purposes. 3. Technical Evaluation: Offerors will be evaluated on their experience and capability to provide the requested services efficiently and in accordance with the Statement of Objectives (SOO). Offerors must demonstrate their corporate experience, approach to meeting all customer�s requirements and objectives outlined in the SOO and requirements list, and that their technicians meet the qualification standards. If any portion of this work will be subcontracted, please provide the name and address of each subcontractor and a description of their planned contribution. SITE VISIT (Strongly Encouraged) A site visit is strongly recommended for offerors to assess the installation location and gather information for accurate quote preparation. Attending the site visit will provide a comprehensive understanding of installation conditions and potential performance constraints. � Date: Tuesday, April 22, 2025 � Time: 10:00 AM CST � Location: 96th Medical Group, Eglin AFB � Additional information will be provided upon RSVP. While not mandatory for quote submission, attendance is highly encouraged. All questions arising from the site visit must be submitted in writing to the Contracting Officer by Thursday, April 25th, 5:00 PM CST. This deadline applies to all offerors, regardless of site visit attendance. Responses will be distributed to all interested parties. RSVP REQUIRED by April 15th, 5:00 PM CST: To RSVP, email both Wilma ""Kat"" Snider (wilma.snider@us.af.mil) and Contracting Officer Jeremy Rennahan (jeremy.rennahan.1@us.af.mil). SUBMISSION REQUIREMENTS In accordance with, FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. Offerors are expected to include all labor, materials, equipment, and training necessary for a fully operational Infant Security System, including hardware, software, training and installation. The government will not accept refurbished/used equipment. Offers must list CAGE code, Company name, POC, and phone number. If you need to obtain or renew a CAGE code, please visit https://sam.gov/. Lack of registration in SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website.https://wawf.eb.mil/ to complete your registration. Offerors must submit quotations for all items listed. Partial offers will not be considered for award. Offerors company generated quotes will be accepted but must include all requested information with in the RFQ See Attachment 4 � Quotation Submission Template for required information. DEADLINE: Offers/Quotes responses are due NO LATER THAN 12:00 P.M. (CST) ON Friday, 28 April 2025. Direct all questions concerning this requirement to Wilma ""Kat"" Snider (wilma.snider@us.af.mil) and Contracting Officer Jeremy Rennahan (jeremy.rennahan.1@us.af.mil). Attachments: The following documents are included with this RFQ: � Attachment 1 � Specific Requirements List � Attachment 2 � Statement of Objectives (SOO) � Attachment 3 � Provisions and Clauses � Attachment 4 � Quotation Submission � Attachment 5 � Performance Relevancy Worksheet
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/692ac9d4e5d544d1bec32bfa47a046cb/view)
 
Place of Performance
Address: Eglin AFB, FL 32542, USA
Zip Code: 32542
Country: USA
 
Record
SN07403958-F 20250412/250410230058 (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.