SOLICITATION NOTICE
72 -- Building 344 Blazing Beans Awnings
- Notice Date
- 9/12/2025 6:04:38 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 314910
— Textile Bag and Canvas Mills
- Contracting Office
- FA6648 482 LSS LGC HOMESTEAD AFB FL 33039-1299 USA
- ZIP Code
- 33039-1299
- Solicitation Number
- FA664825Q0022
- Response Due
- 9/16/2025 10:00:00 AM
- Archive Date
- 10/01/2025
- Point of Contact
- SANDY GUITE, Phone: 7864157406
- E-Mail Address
-
SANDY.GUITE@US.AF.MIL
(SANDY.GUITE@US.AF.MIL)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- AMENDMENT 0001 The purpose of this amendment is to answer requests for information received: 1) Will there be a site visit? Answer: Due to the end of fiscal year and needing a short turn around and official site visit was not planned. The measurements have been provided within the SOW; the government anticpiated pricing with a contingency buffer and all measurements will be verified post award by awardee. 2) Are there any addiitional requirements for the awning covers? Answer: The customer desires the color to be black. The covers should be industry grade heavry duty and impermeable material. 3) Are there any additional photos? Answer: Additional photos have been added to this solicitation. THE SOLICITATION DUE DATE OF TUESDAY 16 SEPTEMBER 2025 AT 1:00 PM EDT REMAINS UNCHANGED. *************************************************************************************************************************************** (i) This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, FAR 13 � Simplified Acquisition Procedures and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, Offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. (ii) Solicitation Number: FA664825Q0022 This solicitation is issued as a request for quote (RFQ). Please provide the full solicitation number on all packages. Interested parties who believe they can meet ALL the requirements for the items described in this combo synopsis/solicitation are invited to submit, in writing, a complete quote package. (iii) This solicitation document and incorporated provisions and clauses for commercial products and commercial services are those in effect through Federal Acquisition Circular 2025-05, DPN 20250117 and DAFAC 2024-1016 (iv) THIS REQUIREMENT WILL BE: 100% SMALL BUSINESS SET-ASIDE. NAICS Code is 314910, size standard: 500 (employees). (v) CLIN Nomenclature CLIN 0001: The contractor of record shall furnish all labor, Qty 1 Unit of Measure: Package materials, equipment, and transportation to provide front and rear awnings at B344 in accordance with the requirements specified in the attached statement of work dated: 24 June 2025. (vi) Description of items to be acquired- Complete listing of required tools can be found in attachment 2 � Statement of Work Awnings B344.* *Quote packages should include cost of all required labor, materials, equipment and any applicable shipping/transportation charges required. **Quote shall be effective for 45 days after submission (vii) Period of Performance: Please indicate delivery/lead time on Quote. Ship Address to: 29601 Elmendorf St B344 HOMESTEAD, FL 33039 UNITED STATES FOB: DESTINATION System for Award Management. In order for an Offeror to be considered for award, the Offeror must be registered in System for Management Award (SAM). Visit the SAM website at https://www.sam.gov for further information. If you are not registered, and active (with a CAGE Code), you cannot receive an award. (viii) The provision at 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. Provisions and clauses can be viewed via internet at https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. Class deviations can be found at https://www.acq.osd.mil/dpap/dars/class_deviations.html. SPECIAL INSTRUCTIONS: 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: Offerors shall submit quotes via email, to Contracting Officer, Sandy Guite at sandy.guite@us.af.mil. Please note the maximum file size is 20MB. Emails over this file size will not be received. If your quote package is larger than 20MB you will need to submit using DoDSAFE procedures. To request a DoDSAFE link be sent to you please email the contracting officer at least 2 business days prior to closing of the solicitation to request a link be sent to you. Offers are due by Tuesday 16 September 2025 at 1:00 PM Eastern Daylight Time (EDT) via electronic mail. All questions must be submitted in writing by email no later than Thursday 11 September 2025 at 1:00pm EDT. Questions submitted after this date/time will not be considered. Responses to questions will be posted by the Government on the SAM.gov, Contracting Opportunities website, NLT 10am Friday September 12, 2025, EDT. Email Format: The subject line of all emails that comprise the proposal shall be formatted as follows: Subject: FA664825Q0022/Company Name/Email X of X (insert number of the email and total number of emails) PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: UEI: CAGE Code: Contractor Name: Payment Terms (net30) or Discount: Period of Acceptance: The offeror agrees to hold pricing in its quote for 45 calendar days from the date specified for receipt of quotes. Point of Contact and Phone Number: Email address: Warranty (if applicable): Offers shall include a description and pictures, illustrations or diagrams of the items being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. The offers quote shall provide a detailed technical plan that includes the approach, methodology and proposed solution to satisfy the requirements included in the Statement of Work. The approach shall include a proposed timeline for mobilization and completion of work. Notice to Offeror. Awaiting funds. Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. The contractor shall not request, nor will the Government make payments for any preliminary measurement, quotes, bids, site visit, time or proposal cost incurred. (ix) The provision at 52.212-2, Evaluation - Commercial Items applies to this acquisition. Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR part 13.106. The evaluation criteria is LOWEST PRICE TECHNICALLY ACCEPTABLE. ADDENDUM to 52.212-2, Evaluation � Commercial Items. The Government will award a firm fixed price purchase order resulting from this solicitation to the offeror responsible whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. This is a lowest price technically acceptable (LPTA) RFQ. The following factors shall be used to evaluate offers: Price Technical capability of the item offered to meet the Government requirement. Past Performance (b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which also fully meets all specifications. Only the lowest priced proposal will be evaluated for technical acceptability to be based on whether or not the quote clearly meets the minimum requirements of this solicitation and attachment 2 - Statement of Work Awnings B344 on a pass/fail basis. Past performance will be assessed on a pass/fail basis based on FAPIIS exclusions, CPARS ratings (if available) and SPRS scores obtained by the government. The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). (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. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items, 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, applies to this acquisition and a statement regarding any addenda to the clause. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. (xiii) It is the Offeror�s responsibility to be familiar with applicable provisions and clauses. See https://gov.ecfr.io and https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. Class deviations can be found at https://www.acq.osd.mil/dpap/dars/class_deviations.html. For your convenience all applicable provisions and clauses are included in the attached Solicitation � FA664824Q0022 (Attachment 1). (xiv) Additional Contract Requirement or Terms and Conditions: N/A (xv) Defense Priorities and Allocation System (DPAS): N/A (xvi) Proposal Submission Information: Offers are due by Tuesday 16 September 2025 at 1:00 PM Eastern Daylight Time (EDT) via electronic mail. All questions must be submitted in writing by email no later than Thursday 11 September 2025 at 1:00pm EDT. Questions submitted after this date/time will not be considered. Responses to questions will be posted by the Government on the SAM.gov, Contracting Opportunities website, NLT 10am Friday September 12, 2025, EDT. (xvii) For additional information regarding this solicitation contact: Sandy Guit� at sandy.guite@us.af.mil,
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/bffebe57a9c54008a75e034c15dc7663/view)
- Place of Performance
- Address: FL 33039, USA
- Zip Code: 33039
- Country: USA
- Zip Code: 33039
- Record
- SN07589488-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 |