Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 13, 2026 SAM #8873
SOLICITATION NOTICE

84 -- SCARNG Fire Fighting Safety Equipment

Notice Date
3/11/2026 4:51:09 AM
 
Notice Type
Solicitation
 
NAICS
315990 — Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
W7NZ USPFO ACTIVITY SC ARNG COLUMBIA SC 29201-4763 USA
 
ZIP Code
29201-4763
 
Solicitation Number
W912QG26QA008
 
Response Due
3/24/2026 7:00:00 AM
 
Archive Date
04/08/2026
 
Point of Contact
Kathy Coleman, Kevin Esber
 
E-Mail Address
kathy.s.coleman2.civ@army.mil, kevin.j.esber.mil@army.mil
(kathy.s.coleman2.civ@army.mil, kevin.j.esber.mil@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1. This is a brand name or equal solicitation for Fire Fighter Safety Apparel (see attached SCARNG Fire Fighter Safety Apparel Purchase Description) prepared in accordance with Revolutionary FAR Overhaul (RFO) Parts 12 , as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. The solicitation number assigned to this action is W912QG-26-Q-A008. This acquisition is issued as a Request for Quote (RFQ) from the United States Property and Fiscal Office for South Carolina, 9 National Guard Road, Columbia, S.C. 29201. All items will be delivered to 5401 Leesburg Road, Building 3968, Eastover, SC 29044. 2. Total Small Business Set Aside 3. The applicable North American Industry Classification System (NAICS) code is 315990 - Apparel Accessories and Other Apparel Manufacturing, with a size standard of 600 employees. 4. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2025-06 dated October 1, 2025, and DFARS Change 11/10/2025. 5. The Government intends to award a single Firm-Fixed Price contract without discussion. Pricing must be a fixed price for the entirety of work quoted. 6. Offerors shall prepare their quotes IAW RFO Provision 52.212-1. The offeror shall quote all items. Partial quotes will not be accepted by the Government. 7. Evaluations of all quotes will be conducted by the Government in accordance with RFO Provision 52.212-2. Award will be made to the best value considering quality of product, past performance, and price, and whose quote conforms to all the solicitation requirements and attachments. 8. Documents required to be submitted along with quote: a.) Offeror shall return signed copy of attached Standard Form 1449 titled Solicitation-W912QG26QA008. Offeror shall provide unit price and total price in the quote. b.) Offerors shall complete and return the following Provisions or Clauses if they have not completed their annual representation and certifications electronically in SAM.gov IAW RFO Provision 52.204-7. Offerors shall ensure that both the FAR and DFARS Representations and certifications are completed in SAM.gov. 1. DFARS 252.204-7016 2.DFARS 252.204-7017 9. The Government will not provide any payment in advance of the performance of this contract. Payment will not be made until all supplies have been delivered to the unit, and the vendor has inputted a proper invoice into WAWF, the unit WAWF Acceptor verifies all supplies have been delivered, installation completed and accepts the invoice. This process can take up to 30 days, provided the contractor does not make any mistakes in WAWF. 10. The Government will not accept any offerors terms and conditions proposed by offerors. The only acceptable terms and conditions are those listed in this solicitation and the resultant award. 11. Submission of quotes. All quotes shall be emailed as a Word document or PDF files. No other formats are acceptable. Each document shall have its own file, do not combine documents together. For example, the signed solicitation should be one file by itself, etc. All submissions shall be emailed to the POCs listed. Contractors are cautioned not to send documents by multiple emails and not to wait until the last minute to send their quote to avoid issues. 12. Request for additional information. All requests for additional information beyond that contained within this solicitation shall be emailed to the designated POC NLT 13 March 2026, 10:00 a.m. (EST). All questions received shall be consolidated and posted with Governments responses for all to see as an amendment to the solicitation. Questions received by phone will not be accepted. 13. The solicitation closing date is 24 March 2026 at 10:00 a.m. (EST). DO NOT upload quotes to SAM send them directly to the Point of Contact (POC) Kathy Coleman at kathy.s.coleman2.civ@army.mil 14. IAW RFO 52.212-1(b)(9), all amendments issued to the solicitation must be signed and returned with the quote. Offerors should monitor SAM.gov daily until the solicitation closes in case an amendment is posted that would impact the offeror�s original quote. 15. The award announcement will be posted to SAM.gov for all to see. Users should use the solicitation number to search for the award announcement. 16. IAW FAR 9.104-4, prime contractors are responsible for determining the responsibility of their prospective subcontractors regarding debarred, ineligible or suspended firms. Any poor performance by the subcontractor shall be reflected upon the prime contractor through the following federal performance reporting systems: Supplier Performance Risk System (SPRS), Contractor Performance Assessment Reporting (CPARS) and Federal Awardee Performance and Integrity Information System (FAPIIS). 17. **See salient characteristics attachment for specific brand-name or equal to requirements** (END)
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/740100e490934118a94938669649d75b/view)
 
Place of Performance
Address: Columbia, SC 29201, USA
Zip Code: 29201
Country: USA
 
Record
SN07742090-F 20260313/260311230046 (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!  © 1994-2026, Loren Data Corp.