Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 24, 2025 SAM #8794
SOLICITATION NOTICE

J -- Switchgear Transformer Maintenance Service

Notice Date
12/22/2025 12:50:11 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
Contracting Office
W390 MCALESTER ARMY AMMO PLANT MCALESTER OK 74501-5000 USA
 
ZIP Code
74501-5000
 
Solicitation Number
W44W9M0095047953
 
Response Due
12/29/2025 10:00:00 AM
 
Archive Date
01/13/2026
 
Point of Contact
Andrea Jones
 
E-Mail Address
andrea.jones36.civ@army.mil
(andrea.jones36.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SUBJECT: Request for Quote (RFQ) for McAlester Ammunition Plant INTRODUCTION: The U.S. Army Contracting Command � Rock Island (ACC-RI) has a requirement for procurement of Switchgear Transformer Maintenance Service STATEMENT OF REQUIREMENT SOLICITATION TYPE: REQUEST FOR QUOTATION (RFQ) SOLICITATION REFERENCE NUMBER: W44W9M0095047953 COMMERICAL: SERVICES METHOD: COMBINED SYNOPSIS/SOLICITATION Simplified Acquisition Procedure using a combined synopsis/solicitation for commercial 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; quotations are being requested and a written solicitation will not be issued. TYPE: FIRM FIXED PRICE SET ASIDE: SMALL BUSINESS 100%; Size Standard: 1250 NAICS Code: 335313 - Switchgear and Switchboard Apparatus Manufacturing Product or Service Code (PSC): J061- ELECTRIC /POWER DISTRIBUTION EQUIPMENT ISSUED BY: W519TC ARMY CONTRACTING COMMAND - ROCK ISLAND 3055 RODMAN AVE, ROCK ISLAND IL 61299 DATE ISSUED: 12/17/2025 DATE OFFERS DUE: 12/29/2025 TIME OFFERS DUE: 12:00 PM CDT DESCRIPTION: Inspection, maintenance, testing and servicing of switchgear transformers equipment in accordance with ANSI standards within a defined mileage radius of McAlester Ammunition Plant, McAlester Oklahoma. 12 Month Duration. See Attachment 0001 Scope of Work. See Attachment 0002 Pricing. (to be filled out and submitted) See Attachment 0003 Clauses. DODAAC / CAGE: W44W9M DELIVERY ADDRESS: MCALESTER ARMY AMMUNITION PLANT RECEIVING OFFICER, WAREHOUSE 8 1 C TREE ROAD, MCALESTER OK 74501-9002 INSPECTION AND ACCEPTANCE TERMS: INSPECT AT /BY: DESTINATION-GOVERNMENT ACCEPT AT/BY: DESTINATION-GOVERNMENT DELIVERY INFORMATION: FOB DESTINATION INSTRUCTIONS TO OFFERORS: Email Electronic Quote Submission: Andrea Jones, Contract Specialist, andrea.jones36.civ@army.mil Email Subject Line: �Quote for (W44W9M0095047953) � COMPANY NAME�. Quote Submission must include: Attachment 0001 Purchase Description and Attachment 0002 Pricing Attachment 0002 Pricing: Shall be filled out and completed in its entirety. Please ensure that your company is providing the best pricing, including any discounts and shipping FOB Destination McAlester, Oklahoma. � All green cells shall be completed. � Quote Valid/Expires � no less than 30 days Submission Due Date. The offeror must ensure its quote, in its entirety, reaches the required destination before the date and time set for Date and Time Offerors as identified above. Late Proposals. The lateness rules for submitted quotes are outlined in FAR 52.212-1 ""Instructions to Offerors-Commercial Products and Commercial Services,"" and are incorporated into this solicitation. Submission. The quote submitted in response to this solicitation shall be formatted as indicated above and furnished electronically to the Contract Specialist (CS) identified. Quote Compliance. The Government must have received from the offeror a fully compliant quote. The quote is compliant when it conforms to all of the requirements, terms, and conditions of the solicitation, including the Purchase Description or SOW /PWS. Quote Acceptance. The contractor shall make a clear statement in the quote as to the expiration date of the quote and the stated expiration date shall be valid for all proposed subcontractors as well. FAR 52.212-1(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. This date may be extended by mutual agreement. QUOTE FORMAT: This section provides guidance to the offeror for preparing a quote in response to the solicitation. The offeror�s quote shall include all data and information required by this solicitation and submitted in accordance with these instructions. Any contract resulting from this effort shall be required to meet United States Government regulations and statutory requirements. In addition, the offeror is expected to ensure compliance with all laws, regulations, standards, and any other constraints specifically identified in the solicitation. The quote submitted in response to the solicitation shall be formatted as stated below and furnished as stated herein. The acceptable electronic formats for quotes shall be compatible with MS Office, specifically MS Word and MS Excel and Adobe PDF. Minimum type size shall be 12-point Time New Roman standard font with single spacing. All quotes shall be labeled with listed solicitation or reference number identified, attachments, Offeror SAM Active Cage Code and UEI, Offeror Contact Information: name, address, telephone number and email address. Offerors shall scan all files for computer viruses prior to submission to the Government. Quotes may not include classified information. All quotes shall be at the UNCLASSIFIED level. PRICE: Shall be clear and concise and include sufficient detail for effective evaluation: Price Quote � shall be structured in accordance with the Contract Line Item Number (CLIN) structure set forth in the solicitation, The Offeror shall provide both Unit Price and Total Amounts. BASIS FOR AWARD: The Government intends to award one (1) contract resulting from this solicitation to the lowest priced responsible offeror whose quote conforms to the solicitation. IAW 15.306 (a), for this Simplified acquisition the government intends to evaluate and award without discussions; the government intends to evaluate, and award based on initial proposals. Evaluation of price will be performed using one or more of the price analysis techniques in FAR 13.106 -3. Through these techniques the Government will determine whether prices are reasonable, complete, and are not unbalanced. CLAUSES: The FAR and Defense Federal Acquisition Regulation Supplement (DFARS) clauses incorporated provisions and clauses in effect, see Attachment 0003. CLAUSES INCORPORATED BY REFERENCE: Provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, and addendum applies to this acquisition. Provision at 52.212-2, Evaluation-Commercial Products and Commercial Services. Provision 52.212-3, Offeror Representations and Certifications- Commercial Products and Commercial Services with its quote. FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Products and Commercial Services, applies to this acquisition. See Attachment 0003 in full with listed applicable clauses. IAW FAR Subpart 4.8, Government Contract Files, the Government will retain one copy of all unsuccessful quotes. PAYMENT: Payment for order will be issued by DFAS, via Wide Area Workflow (WAWF) DFARS Clause 252.232-7006.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2600ba9511014c5298f2f73119fe6a3a/view)
 
Record
SN07672517-F 20251224/251222230035 (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.