Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 09, 2026 SAM #8810
SOLICITATION NOTICE

N -- Bldg 419 Juniper Cat 6 Install

Notice Date
1/7/2026 5:58:49 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
FA6712 911 AW LGC CORAOPOLIS PA 15108-4495 USA
 
ZIP Code
15108-4495
 
Solicitation Number
FA671226Q0005
 
Response Due
1/26/2026 6:00:00 AM
 
Archive Date
02/10/2026
 
Point of Contact
Ryan Scott, Phone: 4124748482, Crystal Spurlin, Phone: 4124748893
 
E-Mail Address
ryan.scott.34@us.af.mil, crystal.spurlin@us.af.mil
(ryan.scott.34@us.af.mil, crystal.spurlin@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quote (RFQ) number is FA671226Q0005. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-06. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. Clauses can be accessed in full text at these addresses: www.acquisition.gov. This RFQ is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the Government for reimbursement. The Government reserves the right to cancel this RFQ either before or after the closing date. In the event the RFQ is cancelled, the Government has no obligation to reimburse costs associated with preparing and providing a quote. The NAICS code is 238210 and the Small Business Standard is $19.0 Million. The proposed contract is 100% total set-aside for Small Business. Award shall be made on the evaluation basis of Lowest Price Technically Acceptable. 52.237-1 Site Visit: Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Site visit photos: Photos are not permitted on the 911th AW. Site Visit Date/Time: Thursday, January 15th, 2026, at 9:00 a.m. eastern time. Submit site visit request to crystal.spurlin@us.af.mil & ryan.scott.34@us.af.mil. Instructions will be provided for base access. Site Visit deadline registration: Monday, January 12th, 2026, at 9:00 a.m. eastern time. In order to access the Federal Installation visitors must have identification that is Real-ID compliant. Providing Name, DOB & State and Drivers License number with registration request. Please limit 2 individuals per company. Questions relating to this solicitation will only be accepted during this time frame and during site visit: Thursday January 15th - Monday January 19th at 9:00 a.m. eastern time. (may be extended if in the best interest of the government) Due date for quotes: Monday January 26th, 2026, at 9:00 a.m. eastern time. Quotes received after this deadline will not be accepted (the due date/time for receipt of quotes may be extended if found to be in the best interest of the government). The Pittsburgh 911th Airlift Wing located in Coraopolis. PA 15108, is seeking quotes from small business vendors for the following: Section B - Schedule of Services: CLIN 0001: CAT 6 Premise Cable installation IAW Attachment #2 Juniper Project Statement of Work (SOW) for Bldg 419. This requirement is for a firm-fixed price services purchase order awarded using simplified acquisition procedures in accordance with FAR parts 12 and 13. Period of Performance: 120 days from date of award. Proposal must clearly state that period of performance is 120 days from date of award. The Offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers. INSTRUCTIONS FOR OFFERORS: Use Attachment #2 � Bldg 419 Statement of Work and Attachment #3 � Bldg 419 Layout for Proposed Juniper Locations. Use Attachment #4 Offer Pricing Template to submit quotes. BASIS FOR AWARD: In accordance with FAR 13.106-1(a)(2) offerors are notified that the award will be made to the lowest priced offeror that meets the minimum technical requirements. Offeror will be evaluated in accordance with FAR 13.106-2(b) In accordance with FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary, to demonstrate your capabilities in fulfilling the SOW�s. The Government will award a single Firm-Fixed-Price purchase order to the technically acceptable Offeror who is deemed responsible IAW FAR 9.104 and whose quote conforms to all stated terms, conditions, representations, and certifications required by this RFQ. Unless identified otherwise, by submission of a quote, the Offeror has agreed to all requirements included herein. Failure to meet a requirement may result in a quote being determined ineligible for award. It is the Government�s intent to evaluate quotes and award a purchase order without interchanges with Offerors. Therefore, the Offeror's initial quote should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct interchanges if the Contracting Officer later determines them to be necessary. Evaluation Process. Offers will be ranked from lowest price technically acceptable (LPTA). A price analysis may be conducted to determine if the lowest price technically acceptable offer is fair and reasonable. A single award will then be made to the Offeror who has been determined responsible and has submitted the lowest, technically acceptable pricing. Technical Evaluation. The lowest priced quote received will be evaluated for technical acceptance. If the lowest quote is accepted by the government, no further quotes will be evaluated. If the lowest quote received is not technically accepted by the government, the next lowest priced quote received will be technically evaluated and so on until the lowest price received and accepted by the government is confirmed. An award notice will be posted to sam.gov. To confirm the capability, and therefore, acceptability, of the Offeror to meet the Government�s requirements as outlined in Attachments #1 thru #4, the Offeror shall submit with their quote, a clear, and concise Technical Capability Narrative that includes sufficient detail to substantiate the validity of the Offeror�s stated claim(s) that they are able to meet the requirement. The narrative shall not simply rephrase, reiterate, or restate the Government's own language, but rather shall provide convincing rationale describing how the Offeror intends to fulfill the requirement. Legibility, clarity, and coherence are very important. The narrative should include as specifically as possible, the actual methodology that will be used for accomplishing and satisfying the SOW�s stated requirement(s). The Offeror shall assume that the Government has no prior knowledge of its capabilities, facilities, and experience, thus the technical evaluation will be solely based on the information presented in the Offeror's Technical Capability Narrative. The Offeror�s Technical Capability Narrative must, at a minimum, address how the Offeror intends to meet the requirements of the SOW�s. Ratings: Upon evaluation of the Technical Capability Narrative, the following rating will be assigned: Acceptable: The Offeror has provided sufficient information within their Technical Capability Narrative for the Government to evaluate and confirm their capability to meet all the requirements. (see Attachments #1 - #4). Unacceptable: The Offeror has not provided sufficient information within their Technical Capability Narrative; therefore, the Government cannot confirm their capability to meet the requirements of the SOW. Exchanges: Exchanges can be informal or formal. The Contracting Officer may use e-mail, phone call, etc., asking for clarifications, revisions, or other documentation. The Government may conduct with one, some, none, or all Offerors at its discretion. Only quotes rated technically acceptable, either initially or because of interchanges, will be eligible for award. Technical Evaluation Ratings Rating; Description - Acceptable; Submission clearly meets the minimum requirements of the solicitation. - Unacceptable; Submission does not clearly meet the minimum requirements of the solicitation. If the technical submittal is determined ""Unacceptable"", it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as ""Unacceptable"" and will no longer be considered for further competition or award. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Written proposals are required (oral offers will not be accepted). Submission of proposals must be in accordance with FAR 52.212-1, Instructions to Offerors - Commercial Items and any addenda to the provision. See Addendum to FAR 52.212-1. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this acquisition. 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: See Addendum to FAR 52.212-2. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items applies to this acquisition. Offerors are required to complete the electronic annual representations and certifications at the System for Award Management https://www.sam.gov, as well as the following: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.207-6, Solicitation of Offers from Small Business Concerns and Small Business Teaming Arrangements or Joint Ventures (Multiple-Award Contracts) 52.209-7, Information Regarding Responsibility Matters 52.229-11 Tax on Certain Foreign Procurements-Notice and Representation 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-14, Service Contract Reporting Requirements 52.204-30, Federal Acquisition Supply Chain Security Act Orders Prohibition 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.216-23, Execution and Commencement of Work 52.219-6, Notice of Total Small Business Aside 52.219-8, Utilization of Small Business Concerns 52.219-14, Limitations on Subcontracting 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers With Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.222-54, Employment Eligibility Verification 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.223-20, Aerosols 52.224-3, Privacy Training 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment By Electronic Funds Transfer-System For Award Management 52.239-1, Privacy or Security Safeguards 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment 52.222-55, Minimum Wages Under Executive Order 13658 52.222-62, Paid Sick Leave Under Executive Order 13706 The following additional FAR and FAR Supplement provisions and clauses also apply: 52.203-3, Gratuities 52.204-13, System for Award Management Maintenance 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.204-22, Alternative Line-Item Proposal 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.212-4, Contract Terms and Conditions -- Commercial Items 52.228-5 Insurance-Work on a Government Installation 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.247-34, FOB Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense-Contract-Related Felonies 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements 252.204-7020, Notice of NIST SP 800-171 DoD Assessment Requirements 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism. 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7000, Buy American--Balance of Payments Program Certificate 252.225-7001, Buy American and Balance of Payments Program 252.225-7012, Preference for Certain Domestic Commodities 252.225-7048 Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.239-7010, Cloud Computing Services 252.243-7001 Pricing of Contract Modifications 252.243-7002, Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items 252.246-7003, Notification of Potential Safety Issues 252.246-7008, Source of Electronic Parts 252.247-7023, Transportation of Supplies by Sea ? Basic (10 U.S.C. 2631(a)) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 5352.201-9101, Ombudsman The Ombudsman for this acquisition is Ombudsman: Mr. David Tuck, AFRC/CC, 555 Robins Parkway, Suite 250, Robins AFB, GA 31098-2005. COMM: 478-327-0558, Email: david.tuck.3@us.af.mil 5352.223-7000, Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.223-9001, Health and Safety on Government Installations 5352.242-9000, Contractor Access to Air Force Installations. Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I if not updated in SAM. The primary Point of Contact for this solicitation is Ryan Scott who can be reached at email ryan.scott.34@us.af.mil System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed online at http://www.sam.gov/. Quotes shall be sent via email to ryan.scott.34@us.af.mil and crystal.spurlin@us.af.mil. An email will be sent confirming receipt. All quotes shall include price(s), FOB point, a point of contact, name and phone number and business size. Please note that the Government's terms for payment for this requirement are Net 30 Days AFTER acceptance of service. Attachments to this combined synopsis solicitation: Attachment #1 � Combined Synopsis Solicitation � FA671226Q0005 Attachment #2 � Bldg 419 Juniper Project Statement of Work � SOW Attachment #3 - Bldg 419 Proposed Juniper Locations - Initial layout drawing Attachment #4 � Offer Pricing Template
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/159fc75eeb6c4bcb8ab637e993416830/view)
 
Place of Performance
Address: Coraopolis, PA 15108, USA
Zip Code: 15108
Country: USA
 
Record
SN07679538-F 20260109/260107230032 (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.