Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 21, 2025 SAM #8700
SOLICITATION NOTICE

36 -- NAVCONBRIG Bambu X1C 3D Printers

Notice Date
9/19/2025 1:29:05 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333248 —
 
Contracting Office
FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
 
ZIP Code
29404-5021
 
Solicitation Number
FA441825Q0082
 
Response Due
9/23/2025 11:00:00 AM
 
Archive Date
10/08/2025
 
Point of Contact
Jalen Williams, Phone: 8439634463, Taylor K. McDaniel, Phone: 8439634491
 
E-Mail Address
jalen.williams.8@us.af.mil, taylor.mcdaniel.1@us.af.mil
(jalen.williams.8@us.af.mil, taylor.mcdaniel.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION FA441825Q0082 NAVCONBRIG Bambu X1C 3D Printers JOINT BASE CHARLESTON (JB CHS), SC i. This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in Federal Acquisition Regulation (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. ii. This solicitation is issued as a Request for Quote (RFQ). The RFQ number is FA441825Q0082 and shall be used to reference any written quote provided under this RFQ. iii. The RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05; Effective 08/7/2025. iv. This acquisition is restricted to brand-name and is being solicited as a 100% small business set-aside. The associated North American Industry Classification System (NAICS) code is 333248 with a size standard of 750 employees. v. The purpose of this combined synopsis and solicitations is for the procurement of one Bambu Lab brand-name X1-Carbon (X1C) Combo Deluxe Print Farm Bundle, consisting of 12 high-performance 3D printers with associated accessories and support equipment in accordance with (IAW) Attachment 1 - Salient Characteristics. vi. The contract line-item numbers (CLIN) schedule is provided in Attachment 2: FA441825Q0082 RFQ Fill-in Sheet. vii. Delivery Date: 30 Days ARO. viii. The FAR Provision 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services (Sep 2023), applies to this acquisition and the following addendum applies: a. There are three (4) attachments: Attachment 1: FA441825Q0082 - NAVCONBRIG Bambu X1C 3D Printers - Salient Characteristics Attachment 2: FA441825Q0082 RFQ Fill in Sheet; Attachment 3: Provisions and Clauses; and Attachment 4: FA441825Q0082 Brand-Name J&A_Redacted b. A response to this RFQ shall consist of one (1) completion of Attachment 2: FA441825Q0082 RFQ Fill in Sheet. c. A Firm Fixed Priced Purchase Order is anticipated. d. Quotes shall remain valid for at least 45 days following the RFQ closing date. e. Please email your quote to the Contract Specialist, Jalen Williams, at jalen.williams.8@us.af.mil and the Contracting Officer, Taylor McDaniel, at taylor.mcdaniel.1@us.af.mil No Later Than Tuesday, 23 September 2025 at 2:00 PM EDT. f. All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered elibigle for award. The Government will not provide contract financing for this acquisition. Invoice instructions shall be provided at the time of award. Note: .zip files are not an acceptable format for the Air Force Network and will not go through our email system. ix. FAR Provision 52.212-2, Evaluation -- Commercial Products and Commercial Services (Nov 2021), applies to this acquisition with the following Addendum: The Government will award a contract resulting from this solicitation on the basis of the lowest evaluated priced offer meeting or exceeding the acceptability standards for non-cost factors. The following factors shall be used to evaluate offers in the following relative order of importance: 1.Price 2.Technical Price � Award will be based on initial response. Offerors are encouraged to quote their most advantageous pricing up front. Technical � The lowest priced quotation will then be evaluated to determine technical capability. Technical capability is defined as follows: a. Technically acceptable � Offeror's quote meets exact specifications listed in the Salient Characteristics. b. Technically unacceptable - Offeror's quote does not meet exact specifications listed in the Salient Characteristics. If the lowest priced quotation is determined to be technically acceptable, then the offer represents the best value for the Government and the evaluation process stops at this point. If the lowest priced quotation is not determined to be technically acceptable, then the next lowest priced quotation will be evaluated, and the process will continue until an offer is found to be technically acceptable, or until all offers have been evaluated. The Government shall then make a best value award decision. The Government intends to award a contract without interchanges with respective offerors. The Government, however, does reserve the right to hold interchanges with one, some, none, or all offerors. x. All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -Commercial Products and Commercial Services (May 2024) or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov. xi. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services (Nov 2023), applies to this acquisition. xii. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services (Jan 2025), applies to this acquisition. See Attachment 3 Provisions and Clauses for FAR clauses cited in the clause that are applicable to the acquisition. xiii. The contract requirements or terms and conditions as determined by the Contracting Officer that apply to this acquisition are referenced in Attachment 3 Provisions and Clauses. xiv. This is not a Defense Priorities and Allocations System (DPAS) rated acquisition. xv. Offerors must submit responses to this Combined Synopsis/Solicitation electronically by email to the below individuals NLT Tuesday, 23 September 2025 at 2:00 PM EDT. Email To: jalen.williams.8@us.af.mil and taylor.mcdaniel.1@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/01460d000a474344b505a15932fc8e43/view)
 
Place of Performance
Address: SC 29404, USA
Zip Code: 29404
Country: USA
 
Record
SN07598257-F 20250921/250919230048 (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.