Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2025 SAM #8693
SOLICITATION NOTICE

Z -- TSA Freedom Center Lifecycle Maintenance Projects

Notice Date
9/12/2025 10:33:06 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
WORKFORCE & ENTERPRISE OPERATIONS Springfield VA 20598 USA
 
ZIP Code
20598
 
Solicitation Number
70T01025Q7668N003
 
Response Due
9/19/2025 9:00:00 AM
 
Archive Date
10/04/2025
 
Point of Contact
Katya D Cruz, Phone: 2022957882, Michael A Capovilla, Phone: (571) 227-5833
 
E-Mail Address
katya.cruz@tsa.dhs.gov, michael.capovilla@tsa.dhs.gov
(katya.cruz@tsa.dhs.gov, michael.capovilla@tsa.dhs.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
UPDATE (9/12/2025): The purpose of Amendment A00001 is to revise the set aside for the solicitation and provide an additional site visit opportunity for interested Quoters. In order to maximize competition, the set aside is hereby revised from Total Small Business to Unrestricted - Full and Open Competition. Changes to the solicitation are identified herein as bold and italic font. All other terms and conditions of the solicitation remain unchanged and in full force and effect. COMBINED SYNOPSIS AND SOLICITATION 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; quotations are being requested and a written solicitation for this contracting opportunity with TSA is detailed herein. The incorporated provisions and clauses are those in effect thought Federal Acquisition Circular 2025-05. This combined synopsis/solicitation, Request for Quote (RFQ) No. 70T01025Q7668N003, is to notify contractors that the government intends to issue one (1) Firm Fixed Price (FFP) purchase order for facility repair projects at TSA's Freedom Center facility in Herndon, VA in accordance with FAR Subpart 13.106, under the simplified acquisition procedures. This is a Full and Open (Unrestricted) procurement. The applicable NAICS code is 238210 �Electrical Contractors and other Wiring Installations Contractors�. The Product Service Code (PSC) is anticipated to be Z1AA ""Maintenance of Office Buildings"". Prospective Quoters are responsible for downloading the solicitation and any amendments. It is the Quoter�s responsibility to monitor SAM.gov for the release of any amendments to this solicitation. Preparation and Evaluation of Quotes: FAR Provision 52.212-1 �Instructions to Offerors - Commercial Products and Commercial Services� (Sep 2023), applies to this procurement and the following addenda is provided: (b) Submission of offers. Quoters interested in this contracting opportunity must submit the following to be considered compliant with the solicitation instructions: Factor 1 � Technical Approach: The Technical Approach shall include the following: Cover Letter (Limited to 1 page): Please submit a cover letter that includes: Business Name and mailing address, Point(s) of Contact and contact information, UEI number, Teaming Partners and authorized negotiator(s). Written Statements: Cover Letter shall include the following written statements: a. All requirements of Statement of Work (SOW), including product specifications, will be met. b. All warranty requirements, as stated in Section 8 of the SOW, will be met. c. I agree to comply with the prevailing Department of Labor Wage Determination. and d. I agree to comply with all applicable federal, state, and local code requirements, permitting, and adherence to a comprehensive workplace safety program. Proposed Approach (Limited to 6 pages): Quoter shall submit a written quote that includes their proposed approach for completing the work required in the SOW (including product brand, specifications, and cut sheets) and a project schedule for Tasks A, B, and C. Corporate Experience (Limited to 1 page): Please submit a narrative that clearly and concisely demonstrates the quoter�s corporate experience (either prime or subcontractor) and knowledge to satisfy the requirements within the Statement of Work (SOW), including demonstrated knowledge and experience in the replacement of HVAC, PDU/STS, and UPS units, and maintaining any necessary licenses or permits, complying with any applicable Federal, state, and local laws and regulations. Factor 2 � Past Performance: No written submission. The Government intends to review information provided in the Contractor Performance Assessment Reporting System (CPARS) when evaluating past performance for Quoters and their subcontractors. The Government may, at its discretion, obtain and evaluate past performance information from other sources (such as the System for Award Management (SAM) and Federal Awardee Performance and Integrity System (FAPIIS)) when available. If past performance is unavailable from other sources, the Government may request the following information from Quoters directly: Contract Number, Customer, Point of Contact, Phone Number, Email, Project Description, and total value for contracts completed during the last three (3) years. Factor 3 � Price: The Price Quote shall include the following: Quoters shall complete and submit RFQ Attachment 2 � Quoter Representations. This includes completely filling in Provisions FAR 52.209-7 �Information Regarding Responsibility Matters� (Oct 2018), FAR 52.204-24 �Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment� (Oct 2020), and FAR 52.204-26 �Covered Telecommunications Equipment or Services-Representation� (Oct 2020). Submit fully burdened firm fixed price quote by completing the CLIN structure in Section II �Continuation of SF1449�; Provide a breakdown of the price quote to include labor categories, labor rates, hours, materials, Overhead, G&A, profit, etc. that builds up to the total price; and Identify any labor categories that are covered by the Department of Labor Wage Determination (Attachment 3 to this Solicitation). There is no page limit for the Price Quote. Information shall be provided entirely in compliance with the RFQ instructions. The Government may reject any quotation that fails to comply with the stated instructions as incomplete and unacceptable. Information required for quotation evaluation which is not found in its designated volume and in the required format will be assumed to have been omitted from the quotation. Quotations must clearly demonstrate how the Quoter intends to accomplish the work required and must include rationale and substantiation of all claims. Quoters shall assume that the Government has no prior knowledge of their experience and approaches, and it will base its evaluation on the responses to the factors presented in the quotation. The due date and time to submit questions and quotes are specified below: Interested Quoters may submit questions no later than 12:00 PM local Washington, DC time, on 9/15/2025 to katya.cruz@tsa.dhs.gov AND michael.capovilla@tsa.dhs.gov. Quotes are due via electronic mail no later than 12:00 PM local Washington DC time, on 9/19/2025 to katya.cruz@tsa.dhs.gov AND michael.capovilla@tsa.dhs.gov (c) Period for acceptance of offers. The Quoter agrees to hold the prices in its offer firm for 180 calendar days from the date specified for receipt of quotes unless another time period is specified in an addendum to the solicitation. (d) Reserved. (e) Reserved. FAR Provision 52.212-2 �Evaluation-Commercial Products and Commercial Services� (Nov 2021), applies to this procurement and the following addenda is provided: (a) Quotations shall be submitted in accordance with the instructions provided above. A quotation may be rejected if the Contracting Officer determines that it does not materially comply with the instructions. The Government intends to award a single purchase order from this solicitation using a Lowest Price Technically Acceptable (LPTA) process. Technical tradeoffs will not be made and no additional credit will be given for exceeding acceptability. Award will be made to the Quoter with the lowest evaluated price and evaluated as technically acceptable, deemed responsive to the solicitation requirements and determined to be responsible in accordance with the FAR. Lowest price is determined based on the total evaluated price, as described under Factor 3 below. If the lowest price quote is determined technically acceptable, the evaluation will be complete, and award will be made to that Quoter. If the lowest price quote is determined technically unacceptable, the Government will perform a technical evaluation on the next lowest price quote and so on until a technically acceptable quote is established. Award will be made to the Quoter with the lowest evaluated price and evaluated as technically acceptable. The Government intends to award without exchanges, however, reserves the right to enter into exchanges if deemed necessary. The Government reserves the right not to make an award if it is determined that it is in the best interest of the Government. In order to be eligible for award, Quoters must be registered in the System for Award Management (SAM). The evaluation factors are: Factor 1 (Technical Approach) Factor 2 (Past Performance) Factor 3 (Price) FACTOR 1- Technical Approach Technical approach will be rated as either �Technically Acceptable� or �Technically Unacceptable� and will be evaluated as follows: i. To be determined technically acceptable, Quoters shall submit a cover letter that includes Business Name and mailing address, Point(s) of Contact and contact information, UEI number, Teaming Partners and authorized negotiator(s), and written statements confirming their agreement to the following: All requirements of Statement of Work (SOW), including product specifications, will be met. All warranty requirements, as stated in Section 8 of the SOW, will be met. I agree to comply with the prevailing Department of Labor Wage Determination. I agree to comply with all applicable federal, state, and local code requirements, permitting, and adherence to a comprehensive workplace safety program. ii.To be determined technically acceptable, Quoters shall submit an adequate proposed approach for completing the work required in the SOW (including product brand, specifications, and cut sheets) meet all technical specifications for the equipment, and provide an adequate project schedule for Tasks A, B, and C. iii. To be determined technically acceptable, Quoters shall submit a narrative that clearly and concisely demonstrates their experience (either prime or subcontractor) and knowledge to satisfy the requirements within the SOW, including demonstrated knowledge and experience in the replacement of HVAC, PDU/STS, and UPS units, and maintaining any necessary licenses or permits, complying with any applicable Federal, state, and local laws and regulations. FACTOR 2 � Past Performance The Government will evaluate Factor 2 as follows: The Quoter�s past performance record will be evaluated by the Government on an acceptable/unacceptable basis. The Government will evaluate the extent to which the Quoter performed satisfactorily against the contract requirements in terms of quality, schedule, and management. Quoters with no past performance records of similar size and scope will be rated as neutral. FACTOR 3 � Price The Government will evaluate Factor 3 as follows: Price quotations shall be evaluated to determine if the quoted prices are fair and reasonable. The Government will calculate the Total Evaluated Price as the sum of all quoted prices (base and all option periods) listed in RFQ Section II �Continuation of SF1449�. The Government intends to evaluate the total evaluated price for reasonableness on the basis of competition. The Government reserves the right to utilize any of the price analysis techniques prescribed below to determine fair and reasonable pricing: (i) Comparison of proposed prices received in response to the solicitation, (ii) Comparison of the proposed prices to historical prices paid, whether by the Government or other than the Government, for the same or similar items, (iii) Comparison with competitive published price lists, and (iv) Comparison of proposed prices with independent Government cost estimates. Reasonableness may be established by the existence of adequate price competition for the total price of the quotation. The price build-up information will be reviewed against the final CLIN pricing to confirm that they align. The Government will not conduct price realism analysis. Mandatory Site Visit (CRITICAL, PLEASE READ CAREFULLY) Prior to submission of a quotation, Quoters must attend a site visit. Each Quoter will be required to sign in at the facility at the scheduled site visit. The site visit is limited to two individuals per firm. Failure to attend the site visit will render your quote unacceptable. The Freedom Center site visit is scheduled for September 12, 2025, at 9:00 AM. A second site visit will be offered for interested Quoters on September 16, 2025, at 9:00 AM (EDT). Quoters who attended the site visit held on September 12, 2025 are not required to attend the second site visit. Quoters performing site visits must be U.S. citizens and shall contact Katya.Cruz@tsa.dhs.gov, with a copy to Michael.Capovilla@tsa.dhs.gov, by 3:00 PM EDT on 9/15/2025 to confirm attendance. The Freedom Center is located at 13555 EDS Drive, Herndon, VA 20171-6104. Parking is available, at no cost, at the Freedom Center facility. Quoters performing site visits must be U.S. citizens and shall contact Katya.Cruz@tsa.dhs.gov , with a copy to Michael.Capovilla@tsa.dhs.gov, by 3:00 PM on 9/11/2025 to confirm attendance and provide the following information in a password protected Microsoft Word document: a) Full legal name b) Company name c) Date of Birth d) Social Security The password to open the document must be sent in a separate email. Please send the email containing the password without a subject line. This information will be provided to TSA Personnel Security so that visitor�s badges will be granted on the day of the site visits. A picture ID shall be required to gain admittance. Additionally, each individual will be required to sign a Non-Disclosure Agreement (NDA) before performing the site visits. NDAs will be provided at each facility. No technical or contractual questions will be answered nor will any additional instruction outside the Performance Work Statement be provided on the site visit. Should the Quoter have questions of either nature, please direct them to Katya Cruz, Contract Specialist, at Katya.Cruz@dhs.gov by the due date specified in Subsection 7.0 �Solicitation Questions� below. In no event shall failure to inspect the site constitute grounds for a dispute after award. Schedule of Services: CLIN 0001 Task A � Removal and replacement of two (2) Uninterrupted Power Source (UPS) which have exceeded their useful lifecycle performance period. Period of Performance (POP): 180 days from the date of award Contract Type: Firm Fixed Price (FFP) Total Price: $___________ CLIN 00002 Task B � Removal and replacement of seven (7) Static Switches (STS), and eight (8) Power Distribution Units (PDUs). Period of Performance (POP): 180 days from the date of award Contract Type: Firm Fixed Price (FFP) Total Price: $___________ Task C � Removal and replacement of three (3) HVAC units which exceeded their 20-year lifecycle for effective use to ensure continued protection of critical electronic equipment and computer servers. Period of Performance (POP): 180 days from the date of award Contract Type: Firm Fixed Price (FFP) Total Price: $___________ Solicitation Terms and Conditions: FAR Clause 52.212-4, �Contract Terms and Conditions-Commercial Products and Commercial Services� (Nov 2023), applies to this procurement and no addenda are attached. FAR Clause 52.212-5, �Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services� (Jan 2025) applies to this procurement and following clauses are selected: FAR 52.203-6, FAR 52.203-13, FAR 52.203-17, FAR 52.204-10, FAR 52.204-14, FAR 52.204-27, FAR 52.209-6, FAR 52.209-9, FAR 52.219-8, FAR 52.219-9, FAR 52.219-16, FAR 52.222-3, FAR 52.222-19, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.222-40, FAR 52.222-50, FAR 52.222-54, FAR 52.225-13, FAR 52.226-8, FAR 52.232-33, FAR 52.222-41, FAR 52.222-42, FAR 52.222-55, and FAR 52.222-62. The following clauses also apply to this procurement (incorporated by reference. Full text may be found at https://www.acquisition.gov/browse/index/far): FAR Clause 52.204-7 ""System for Award Management"" (Nov 2024) FAR Clause 52.204-13 ""System for Award Management Maintenance"" (Oct 2018) FAR Clause 52.204-19 ""Incorproation By Reference of Representations and Certifications"" (Dec 2014) FAR Clause 52.211-11 ""Liquidated Damages - Supplies, Services, or Research and Development"" FAR Clause 52.223-11 ""Ozone-Depleting Substances and High Global Warming Potential Hyrdofluorocarbons"" (May 2024) FAR Clause 52.223-12 ""Maintenance, Service, Repair, or Disposal of Refrigration Equipment and Air Conditioners"" (May 2024) FAR Clause 52.224-2 ""Privacy Act"" (Apr 1984) FAR Clause 52.211-6 ""Brand Name or Equal"" (Aug1999) FAR Clause 52.227-14 ""Rights in Data - General"" (May 2014) FAR Clause 52.237-3 ""Continuity of Services"" (Jan 1991) FAR Clause 52.242-15 Stop Work Order (Aug 1989) HSAR 3052.212-70 �Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items� (July 2023) applies to this procurement and the following clauses are selected: 3052.203-70, 3052.204-71 Alternate I, 3052.204-72, 3052.205-70, 3052.228-70, and 3052.242-72. Full text of these clauses may be found at HSAR | Homeland Security (dhs.gov) Solicitation Attachments: 1. Statement of Work (SOW) - TSA Lifecycle Replacements 2. Quoter Representations 3. Department of Labor Wage Determination 4. TSA ITAR Terms and Conditions
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a8702b085aa047f0ae1127996614c2cd/view)
 
Place of Performance
Address: Herndon, VA 20171, USA
Zip Code: 20171
Country: USA
 
Record
SN07589004-F 20250914/250912230043 (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.