SOLICITATION NOTICE
41 -- Air Curtain (with Installation). Qty. 4
- Notice Date
- 9/12/2025 6:45:03 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- W7N1 USPFO ACTIVITY TN ARNG NASHVILLE TN 37204-1502 USA
- ZIP Code
- 37204-1502
- Solicitation Number
- W912L7251803
- Response Due
- 9/16/2025 8:00:00 AM
- Archive Date
- 10/01/2025
- Point of Contact
- John Patrone, Phone: (615) 313-0565
- E-Mail Address
-
john.t.patrone.civ@army.mil
(john.t.patrone.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- ? Requirement Summary The VTS Dining Facility requires the purchase and installation of four air curtain systems to improve food safety and sanitation at exterior entrances. This is a new requirement; no prior units are being replaced. The air curtains will prevent flying insects and outside air from entering the dining area as Soldiers and staff move through the doorways, reducing contamination risks and supporting compliance with the FDA Food Code and Army food safety standards. Each unit must provide continuous airflow to fully cover a 72"" wide doorway from top to floor and achieve a floor-level velocity sufficient to meet NSF/ANSI 37 insect barrier standards. Units must be suitable for continuous operation during DFAC meal service, constructed with corrosion-resistant materials for durability, and furnished with all necessary mounting hardware. Operation shall include both manual and automatic activation modes, such as integration with door switches, to ensure effectiveness while conserving energy. Installation of the units by direct wiring in the facility's existing power grid is required. The contractor shall provide installation instructions, wiring diagrams, and perform all necessary work to bring the unit into full operation upon delivery. The Tennessee Army National Guard (TNARNG) Purchasing and Contracting office for United States Property and Fiscal Office (USPFO) TN located at 3041 Sidco Drive, Nashville TN 37204 is issuing a Request for Quote (RFQ) for a commercial, single award contract. This is a combined synopsis/solicitation for commercial products or commercial services 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. The North American Industry Classification System (NAICS) code for this requirement is NAICS 333415 - Air Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing with a size standard in number of employees of 1,250. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-05 with an effective date 08/07/2025. This solicitation is set-aside in totality to Small Business Entities IAW FAR 19.502. The Government intends to award a Firm Fixed Price contract. Shipping Information: ARNG-Tennessee TNARNG G3 VTS-Command ATTN: SFC Amanda Bailey 325 Weakley Ln, Bldg 106 Smyrna, TN 37167 Note: The Government cannot accept deliveries on Mondays. ? Instructions The provision at FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services applies to this acquisition and is included in full text within this combined synopsis/solicitation. Requirement: Supply Shipping and Delivery: FOB Destination � Smyrna, TN Delivery Date: ARO 30 calendar days or less from date of award preferred. Installation: Contractor shall fully assemble the unit either prior to shipping or at FOB Destination upon delivery. If on-site assembly is required, the contractor will perform all actions needed to bring the unit to full operation. Questions: Questions due no later than 15 September 2025 at 11:00 AM EST. Quotes: Due no later than 16 September 2025 at 11:00 AM EST. POC: SSG John T. Patrone, john.t.patrone.civ@army.mil, (615) 355-0565 POTENTIAL OFFERORS MUST INCLUDE THE SOLICITATION ID, W912L725Q1800, IN THE SUBJECT LINE OF ALL ELECTRONIC COMMUNICATIONS. When submitting a quote, the vendor must include: A completed copy, or a screen shot of completed Reps and Certs from SAM.gov, of the provision at 52.212-3, Offeror Representations and Certifications -Commercial Products and Commercial Services must be included Unique Entity Identifier (UEI) CAGE Code Number Delivery date confirmation Descriptive literature clearly addressing all required salient characteristics (brand name, part/model number, specifications, warranty, item photos, etc.) Point of Contact Information Disclosure Statement: Offeror must indicate whether all items offered are included in their Federal Supply Schedule. If any item is not on the schedule, the offeror must clearly identify it as open market. ? Pricing Schedule Please refer to full Solicitation in attachments for mandatory CLIN structure. Notes to Offerors: Each CLIN must be priced individually. If not offered, enter ""N/B"" (No Bid). ? Salient Characteristics Doorway Coverage: Must provide continuous airflow to fully cover a 72-inch-wide doorway from top to floor. Performance Standard: Must achieve a floor-level velocity sufficient to create a barrier against insects and outside air, meeting NSF/ANSI 37 insect barrier standards (?1600 fpm at floor). Duty Cycle: Must be rated for continuous 24/7 operation and withstand frequent door cycling during multiple meal services daily. Outdoor Suitability: Must be suitable for outdoor exposure, with corrosion-resistant materials and weather-resistant construction. Electrical Compatibility: Must operate either 120V single-phase or 208/240/480V three-phase, 60 Hz as required by the manufacturer. Offeror must state operating voltage, full load amps, and recommended breaker size. Installation & Documentation: Must be designed for direct hard-wiring. Offeror shall provide installation instructions, wiring diagrams, and mounting hardware. Controls & Operation: Must include continuous, manual, and automatic activation modes (e.g., remote control, door switch, or control panel). Certifications: Must carry manufacturer documentation for complaince with NSF/ANSI 37 and UL or ETL safety listing. ? Evaluation Factors The provision at FAR 52.212-2 Evaluation-Commercial Products and Commercial Services applies to this acquisition and is included in full text within this combined synopsis/solicitation. 52.212-2 � Evaluation�Commercial Products and Commercial Services (a) 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: (i) Technical � To be considered for award process, vendor must submit offer on time. The following sub-factors are considered in this buy: (1) the descriptive literature required by the solicitation must clearly indicate the offered unit meets or exceeds all minimum salient characteristic requirements. (2) Vendor must clearly identify the item by: Brand Name, if any; and Part number or model number; country or place of manufacture; include descriptive literature or a clear reference to furnished descriptive data or other pertinent information available to the Contracting Officer. Include also pictures for reference. (3) Must be active in SAM; (4) delivery schedule; (5) warranty information (reference 52.246-17 included below). (ii) Price- All charges must be inclusive including shipping freight if any. (iii) Past Performance. Within 3 years Past performances. The Government will use FAPIIS/CPARS for Past Performance evaluation(s). No Past Performance will be judged as neutral. Technical and past performance, when combined, are more important than cost or price. (b) Options. (Not Applicable) The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. *** NOTE ***: Please see attached solicitation document in order to view the solicitation in its entirety to include all applicable clauses and provisions. (End of provision) ? Applicable Clauses and Provisions FAC Number: 2025-05 Effective Date: 08/07/2025 Please refer to full Solicitation in attachments for clauses and provisions.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ce1c039f8f1b4ecf8738a7f681acd6e4/view)
- Place of Performance
- Address: TN 37167, USA
- Zip Code: 37167
- Country: USA
- Zip Code: 37167
- Record
- SN07589193-F 20250914/250912230044 (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 |