Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 14, 2026 SAM #8874
SOLICITATION NOTICE

58 -- Vehicle and Portable Radios

Notice Date
3/12/2026 9:59:48 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
W7NF USPFO ACTIVITY MI ARNG LANSING MI 48906-2934 USA
 
ZIP Code
48906-2934
 
Solicitation Number
W912JB26QA054
 
Response Due
4/9/2026 9:30:00 AM
 
Archive Date
04/24/2026
 
Point of Contact
Bonnie Reineer, Olayemi O. Olatunji
 
E-Mail Address
bonnie.l.reineer.civ@army.mil, olayemi.o.olatunji.mil@army.mil
(bonnie.l.reineer.civ@army.mil, olayemi.o.olatunji.mil@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Solicitation number: W912JB-26-Q-A054 Request For Quote (RFQ) Title: Patrol Car Radios Issue date: 12 March 2026 Closing date: 12 April 2026 Contracting Office: USPFO-MI, 3423 N MLK JR BLVD, LANSING MI 48906 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, FAR 13 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 1.0 REQUEST FOR QUOTE 1.1 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2026-05. 1.2 Set aside is 100% Small Business. 1.3 Applicable size standard is 1250 employees. 1.4 NAICS: 334220 Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing 1.5 Place of delivery: Michigan National Guard, USPFO S&S Receiving, 3405 N MLK JR BLVD, Lansing Michigan 48906. 1.5.1 Delivery shall be 60 days after award. 1.6 Contract Line Item Structure (CLIN): 1.6.1 0001 4 vehicular mount radios 1.6.2 0002 1 handheld portable radio 1.6.2 Buy American Act is applicable. Provide the manufacturer country of source. Trade Agreements will be checked for approved countries of origin (website listed in 3.7). 1.6.3 Requirement details are on Attachment A � Product Description. 1.7 Applicable provisions and clauses are provided on Attachment B. QUOTE FORMAT The offeror is expected to ensure compliance with all laws, regulations, standards, and any other constraints specifically identified in the solicitation. A statement of acknowledgement must be included in the quote to conform with all terms, conditions, provisions and clauses in the solicitation. Company information shall include from sam.gov entity registration: name and address (include �doing business as� (dba) name), point of contact information (name, email and phone number), UEI and CAGE codes Tax identification number Point of Contact for the installation The acceptable electronic format shall be compatible with Microsoft 365 or PDF Adobe. All documents shall be labeled with the solicitation number (W912JB26QA018) and not be password protected. The offeror should assume the Government has no prior knowledge of its capabilities and experience. The Government will base its evaluation on the information presented in the offeror�s quote. 3.0 VOLUME 1 - TECHNICAL CAPABILITY 3.1 The proposal shall present relevant information articulating the offeror�s proposed approach to meeting the product description requirements. This section shall clearly demonstrate the offeror�s understanding by providing a clear description of the proposed approach to meeting the requirements. The offeror shall provide descriptions and images if possible. 3.2 The offeror shall not rephrase or restate the requirements but shall provide convincing rationale to address how the offeror intends to meet those requirements. 3.3 Past performance of relevant acquisitions may be included as an example of how the requirements have been previously purchased. 3.4 Provide a brief description of the item(s) purchased with any details comparable to the product requirements. 3.5 Technical capability and past performance will be used for evaluation. 3.6 Proposed products must meet or exceed the characteristics listed on Attachment A � Product Description 3.7 Proposed products must not be manufactured in an unapproved country as found on the Trade Agreement designated countries website (www.gsa.gov/sell-to-government. 4.0 VOLUME 2 - PRICING 4.1 Pricing shall be submitted in relation to the solicitation�s CLIN structure. The total extended price shall be submitted for the quote. Quotes without the extended price may be rendered unacceptable. 4.2 The offeror shall prominently list the expiration date of the pricing for a minimum of 60 days. 5.0 SAM REGISTRATION/JOINT VENTURE 5.1 The offeror must have an active registration on sam.gov at the time of award. 5.1.1 The registration must be active throughout the period of performance to be able to submit an invoice in WAWF. 5.2 In accordance with Class Deviation 2023-O0001 effective October 28, 2022, a small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories: A) Small business; (B) Service-disabled veteran-owned small business; (C) Women-owned small business (WOSB) under the WOSB Program; (D) Economically disadvantaged women-owned small business under the WOSB Program; or (E) Historically underutilized business zone small business. 6.0 NIST COMPLIANCE 6.1 in accordance with DFARS 252.204-7020, the contractor shall submit a self-assessment on safeguarding covered defense information that resides in or transits through covered contractor information systems by applying network security requirements. 6.2 National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 provides 110 controls that the contractor shall self-evaluate to determine compliance. 6.3 Assessment to be submitted on Procurement Integrated Enterprise Environment (PIEE) to login to the Supplier Performance Risk System (SPRS) module prior to submitting a quote. 6.4 The assessment shall be no more than three years since reporting. 7.0 EVALUATION 7.1 The Government intends to award a single small business that provides the best value to the Government which meets all the salient characteristics and provisions listed in this RFQ. 7.2 Best value will be determined by evaluating price, past performance, and product specifications meeting the requirements. Product specifications of the proposal and past performance will be evaluated as acceptable or unacceptable. All factors are rated approximately equal. 7.3 The government may award to other than the lowest priced quote if the factors of product specifications proposed provide the best value and exhibit betterments above the minimum requirements identified in the RFQ. 7.4 Negative or adverse information on FAPIIS or SPRS in the last three years may render your quote unacceptable. 8.0 AWARD 8.1 In accordance with FAR 12.207, a firm-fixed contract shall be issued. 8.2 Delivery date shall be no later than 60 days after award. 8.3 Delivery will be to the USPFO S&S Warehouse, Attn: SFC Scott Ramsey, 3405 N MLK JR. BLVD, Lansing MI 48906. 8.3.1 multi-bay loading dock easily accessible to semi-trucks or commercial equipment haulers 8.3.2 normal hours of operation are 8:00 a.m. to 4:30 p.m. weekdays unless a federal holiday. Alternate delivery hours may be available upon request. 8.4 Cost of shipping, handling and insurance must be included in the price. 8.5 A notice will be sent to the unsuccessful offerors when a signed contract has been received from the apparent awardee. 8.6 Once received in our warehouse, the Point of Contact will schedule the date and time of installation. 9.0 BILLING INSTRUCTIONS 9.1 Invoice terms are Net 30 days. 9.2 Invoices must be for services performed. Invoices will not be accepted for billing future services during the period of performance. 9.3 Inspection and acceptance will be at Lansing, Michigan. 9.4 Invoices must be submitted through Wide Area Work Flow (https://piee.eb.mil). 9.5 Instructions are on clause 252.232-7006. 9.6 The invoiced amount for the CLIN shall not exceed the unit of issue amount. 9.7 Invoices shall be submitted after the service has been completed. 9.8 The Contracting Officer Representative (COR) has seven days to inspect the submitted invoice, and seven days to accept or reject the invoice. Once accepted, the request is submitted to the USPFO Pay Office for processing; when approved, the request is sent to DFAS for EDI transmission to the contractor. 10.0 QUOTE SUBMISSION INSTRUCTIONS 10.1 Refer to clause 52.212-1 Instructions to Offerors for preparation of the quote. An SF1449 is not required in accordance with FAR 12.603(b). 10.2 The quote shall not contain citations or active links to internet pages. Any linked information will not be accepted and removed from the quote. 10.3 Questions due: 6 April 2026, 12:30 pm Eastern Standard Time (EST). Questions must be submitted via email to bonnie.l.reineer.civ@army.mil. Questions will not be answered via telephone. 10.4 It is the offeror�s responsibility to ensure all required documentation is provided in its entirety before the date and time set for closing of the solicitation. 10.4.1 Statement of Acknowledgement 10.4.2 Volume I � Technical Capability to include images 10.4.3 Volume 2 � Pricing 10.4.4 SF30 signed if the solicitation is amended 10.5 Quotes due: 12 April 2026 � 12:30 p.m. Eastern Daylight Time (EDT) 10.6 The Government reserves the right to require minor clarifications or to hold discussions. However, the Government may award without requesting clarification for ambiguity.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/670a751aa3d04cc9b4989db5047e77da/view)
 
Place of Performance
Address: Lansing, MI 48906, USA
Zip Code: 48906
Country: USA
 
Record
SN07743599-F 20260314/260312230048 (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.