Request for Quote (RFQ) Canopy with Installation
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation, proposals are being requested, and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for this requirement.
(ii) Solicitation Number: F1SEAM5099AW01**Please provide the full solicitation number on all packages**
This solicitation is issued as a Request for Quote (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2025-03, DFARS Publication notice (DPN), DPN 2025-01-17 and Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS, DAFFARS 2024-1016.
(iv) THIS REQUIREMENT WILL BE: Small Business Set Aside. The North American Industry Classification System (NAICS) number for this acquisition is 314910 with a size standard of 500 employees.
(v) CLIN Nomenclature:
0001: Canopy Qty: 1
0002: Installation of the Canopy Qty: 1
See attached statement of work (SOW) and previous Q&A posted within the solicitation.
(vi) Description of supplies to be acquired:
The Air Force Test Center (AFTC), Edwards Air Force Base (EAFB), CA has a requirement for a
Explosives Ordnance Disposal (EOD) Pro Range Canopy with Installation.
(vii) Estimated Period of Performance: 60 days ARO
(viii) The provision at 52.212-1, Instructions to Offerors – Commercial Items (Sep 2023), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/
ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items
Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included:
PROVIDE THE FOLLOWING CONTRATOR INFORMATION WITH YOUR QUOTE
- Solicitation Number:
- Unique Entity ID Number:
- CAGE Code:
- Contractor Name:
- Point of Contact and Phone Number:
- Email Address:
- Technical Description of Items:
- Warranty (if applicable):
- Price and any Discount Terms:
- FOB (destination):
- Date Offer Expires:
- Completed copy of FAR 52.212-3, Alt I, Offeror Representations and Certifications-Commercial Items (May 2022) – or notification that FAR 52.212-3 representation and certification are available on SAM.gov
(ix) The provision at 52.212-2, Evaluation - Commercial Items (Nov 2021) applies to this acquisition.
ADDENDUM to 52.212-2, Evaluation – Commercial Items (Oct 2014).
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.
Any resulting contract of this RFQ will be awarded as Firm Fixed-Price. Quotes will be evaluated to determine best value. Price, features of the supply, delivery terms, and warranty terms are all factors to be considered when determining best value.
A written notice of award, or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer, or part of an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
One award will be made under this solicitation. Awards will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers via e-mail; oral offers will not be accepted. All offerors must be registered with the System for Award Management (SAM).
(x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items (Feb 2024), with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable.
(xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (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 Items (Jan 2025), applies to this acquisition. All acceptable FAR, DFARS, and AFFARS clauses and provisions are contained in the model contract solicitation.
(xiii) Additional Contract Requirement or Terms and Conditions: The following is a contemplated list of provisions/clauses; the final list of clauses is dependent upon actual dollar value of the contract award and may change from the list provided below. Full text clauses can be accessed via http://acquisition.gov.
PROVISIONS
FAR 52.204-7 System for Award Management (Oct 2018)
FAR 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020)
FAR 52.204-17 Ownership or Control of Offeror (AUG 2020)
FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)
FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation (DEC 2016)
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Sep 2022) DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation (May 2021)
DFARS 252.204-7024 Notice on the use of the Supplier Performance Risk System (MAR 2023)
DFARS 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (May 2022)
DFARS 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–Representation (Jun 2023)
CLAUSES
FAR 52.204-13 System for Award Management Maintenance (Oct 2018)
FAR 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020)
FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (DEC 2023)
FAR 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment (Nov 2021)
FAR 52.204-27 Prohibition on a ByteDance Covered Application (Jun 2023)
FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)
FAR 52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services (Nov 2023)
FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020)
FAR 52.219-28 Post-Award Small Business Program Rerepresentation (JAN 2025)
FAR 52.222-3 Convict Labor (June 2003)
FAR 52.222-19 Child Labor—Cooperation with Authorities and Remedies (JAN 2025)
FAR 52.222-20 Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 (JUN 2020)
FAR 52.222-50 Combating Trafficking in Persons (Nov 2021)
FAR 52.223-10 Waste Reduction Program (May 2024)
FAR 52.223-19 Compliance with Environmental Management Systems (MAY 2011)
FAR 52.223-23 Sustainable Products and Services (May 2024)
FAR 52.225-1 Buy American Act—Supplies (OCT 2022)
FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021)
FAR 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024)
FAR 52.232-33 Payment by Electronic Funds Transfer—System for Award Management (OCT 2018)
FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023)
FAR 52.233-3 Protest after Award (AUG 1996)
FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011)
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Dec 2022)
DFARS 252.204-7003 Control of Government Personnel Work Product (APR 1992)
DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2023)
DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements (NOV 2023)
DFARS 252.211-7003 Item Identification and Valuation (Jan 2023)
DFARS 252.211-7008 Use of Government-Assigned Serial Numbers (SEP 2010)
DFARS 252.225-7012 Preference for Certain Domestic Commodities (APR 2022)
DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jan 2023)
DFARS 252.225-7001 Buy American and Balance of Payments Program (Feb 2024)
DFARS 252.225-7007 Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies (DEC 2018)
DFARS 252.225-7048 Export-Controlled Items (June 2013)
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)
DFARS 252.232-7006 Wide Area Workflow Payment Instructions (Jan 2023)
DFARS 252.232-7010 Levies on Contract Payments (Dec 2006)
DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991)
DFARS 252.244-7000 Subcontracts for Commercial Items (Nov 2023)
DFARS 252.247-7023 Transportation of Supplies by Sea (Oct 2024)
DAFFARS 5352.201-9101 Ombudsman (Jul 2023)
DAFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Jul 2023)
(xiv) Defense Priorities and Allocation System (DPAS): N/A
(xv) Proposal Submission Information:
Please submit any questions regarding this solicitation, in writing to the POC email listed below. QUESTIONS REGARDING THIS SOLICITATION ARE DUE BY 08 May 2025 on or before 10:00 AM Pacific Standard Time (PST).
OFFERS ARE DUE BY Monday, 12 May 2025 at 4:00 PM Pacific Daylight Time (PDT). All offers are to be sent via email to Contract Specialist Brian Wu at brian.wu@us.af.mil and Contracting Officer Rebecca Snyder at rebecca.snyder.1@us.af.mil via electronic email. No late submissions will be accepted.