SOLICITATION NOTICE
66 -- Brand Name Only (BNO) Intercomp Deployable Automated Cargo Measuring System (DACMS)
- Notice Date
- 9/12/2025 12:33:42 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333998
—
- Contracting Office
- FA4452 763 ESS SCOTT AFB IL 62225-5020 USA
- ZIP Code
- 62225-5020
- Solicitation Number
- FA445225R0040
- Response Due
- 9/16/2025 8:00:00 AM
- Archive Date
- 10/01/2025
- Point of Contact
- Lisa Pendragon, Elijah Dodd, Phone: 6183406515
- E-Mail Address
-
lisa.pendragon@us.af.mil, elijah.dodd@us.af.mil
(lisa.pendragon@us.af.mil, elijah.dodd@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 12 September 2025 MEMORANDUM FOR ALL SMALL BUSINESS CONCERNS FROM: 763d Enterprise Sourcing Squadron SUBJECT: Request for Proposal (RFP), FA445225R0040, Brand Name Only (BNO) Intercomp Deployable Automated Cargo Measuring System (DACMS) This is a combined synopsis/solicitation for commercial products/services 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. This is an RFP for subject project to be awarded pursuant to Federal Acquisition Regulation (FAR) 15 and the specific requirements outlined in this request with attachments. This requirement is for the purchase of 67 DACMS kits to be shipped to various locations. In addition to the provisions and clauses listed in Attachment 2, the following Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS) clauses will be included in this contract: 5352.201-9101, Ombudsman (Jul 2023) 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Jun 2024) In response to the RFP, the contractor shall complete and return the following: Pricing Worksheet (Attachment 1) and the completed Provisions and Clauses (Attachment 2). Specifically, the contractor shall complete the following within the Attachments, as outlined below: Attachment 1 � Pricing Worksheet: For this attachment, the contractor shall complete the yellow highlighted cells within the worksheet. All pricing shall be rounded to the nearest dollar and delivery terms shall be provided in number of days format. Attachment 2 � Provisions & Clauses: The contractor shall complete the fill-in provisions and clauses outlined in Attachment 2. By submission of a proposal, the contractor accedes to all RFP requirements including terms, conditions, and representations. Basis of Award: Award will be made in accordance with the procedures specified in the RFP and on the basis of the lowest priced proposal meeting the acceptability standards for non-price factors. A contract may be awarded to the offeror who is deemed responsible in accordance with FAR 9.1, as supplemented, whose proposal conforms to the RFP requirements (to include all stated terms, conditions, representations, certifications, and all other information required by the RFP) and is judged, based to represent a technically acceptable proposal with the lowest complete and reasonable price. First, the Government will rank the proposals which conform to the RFP�s requirements from lowest price to highest price. Next, the Government will evaluate the lowest priced proposal for technical acceptability as follows: Technically Acceptable: Proposal meets all requirements of the RFP and attachments, and the contractor can deliver all the DACMS kits on or before 365 days after receipt of contract. Technically Unacceptable: Proposal does not meet all requirements of the RFP and attachments, and the contractor cannot deliver all the DACMS kits on or before 365 days after receipt of contract. If the proposal with the lowest price is determined to be technically acceptable, the Government will evaluate the offeror�s total price for completeness and reasonableness, as described below. If the lowest priced proposal is technically acceptable, the price is complete and reasonable, and that offeror�s proposal represents the best value to the Government, then award will be made to that offeror. The following definitions for price completeness and reasonableness are outlined below: Completeness. The proposal will be reviewed to determine the extent to which all the price elements have been addressed. The review will determine the adequacy of the offeror�s proposal in addressing and fulfilling the RFP requirements. Reasonableness. The proposal will be reviewed to determine the reasonableness of the price and the offeror�s understanding of and ability to fulfil the requirement. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay in the conduct of competitive business. The Government will determine the prices fair and reasonable through the use of one or more of the price analysis techniques at FAR 15.404-1. The Government intends to make one award based on the initial proposal submissions without conducting interchanges. Therefore, each offer should contain the Offeror's best terms from a price and technical standpoint. Questions and Answers / Assumptions and Exceptions: Contractors are cautioned that all communications are to be channeled through the Contract Specialist and Contracting Officer. Any questions whether technical or contractual in nature shall be submitted in writing. Questions and answers may be submitted to the Contract Specialist, Mr. Elijah Dodd at elijah.dodd@us.af.mil and Contracting Officer, Ms. Lisa Pendragon at lisa.pendragon@us.af.mil prior to 3:00 PM Central Standard Time on 15 September 2025. No further questions will be addressed after the RFP has closed. This RFP is not authorization to begin performance, and in no way obligates the Government for any costs incurred by the offeror associated with developing a proposal. The Government reserves the right not to award a contract in response to this RFP. Prior to commencement of any activities associated with the performance of this requirement, the Government will issue a written directive or contractual document signed by the Contracting Officer with appropriate consideration established. Proposals are due by 10:00 AM (Central Standard Time) on 16 September 2025. Submit proposals electronically via email to Mr. Elijah Dodd at elijah.dodd@us.af.mil and Ms. Lisa Pendragon at lisa.pendragon@us.af.mil. All electronic submissions shall reference the complete RFP number in the subject line. LATE PROPOSALS WILL NOT BE ACCEPTED. LISA R. PENDRAGON, NH III, DAF Contracting Officer 2 Attachments: DACMS RFP_Attachment 1_Pricing Worksheet DACMS RFP_Attachment 2_Provisions and Clauses
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a4f3542acf11466d9f0e14482b828279/view)
- Place of Performance
- Address: Scott AFB, IL, USA
- Country: USA
- Country: USA
- Record
- SN07589387-F 20250914/250912230046 (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 |