RFQ FA2823-25-Q-0063
This is a combined synopsis/solicitation for commodities prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will NOT be issued.
This is a competitive Request for Quote (RFQ) and the solicitation number for this requirement is FA2823-25-Q-0063. The Operational Contracting Division, Air Force Test Center at Eglin, AFB, Florida, requires 4 Brand Name or Equal (Steris HarmonyAIR A-Series) Surgical Operating Room (OR) Lights to include (2) single head boom lights and (2) dual head boom lights in accordance with attached Statement of Objectives (SOO), Requirements List and Salient Characteristics dated 6 July 2025. This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, as supplemented. This procurement will be conducted as a 100% Small Business set-aside; please identify your business size in your response based upon this standard. There will be no advanced payments. The North American Industry Classification System code (NAICS) is 339112, Surgical Appliance and Supplies Manufacturing, with a small business size standard of 1000 employees and Product Service Code (PSC) 6515 Medical and Surgical Instruments, Equipment, and Supplies. A firm-fixed priced purchase order will be awarded.
The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers.
The Government is not responsible for any costs incurred or associated with preparation and submission of an offer in response to this solicitation. NO OFFERORS WILL BE COMPENSATED FOR SUBMITTING AN OFFER.
REQUIREMENT- Brand Name (Steris HarmonyAIR A-Series) Surgical OR Lights or Equal
- CLIN 0001: (FIRM-FIXED PRICE) (2) single head boom lights and (2) dual head boom lights IAW SOO, Specific Requirements List and Salient Characteristics, dated 6 July 2025 to include Instillation and De-Instillation.
FOB Destination Shipping Requested.
The Contracting Officer has determined that there is a high probability of adequate price competition for this acquisition. Upon examination of the initial offers, the Contracting Officer will review this determination and if, in the Contracting Officer’s opinion, adequate price competition exists no additional price information will be requested. However, if at any time during the evaluation the Contracting Officer determines that adequate price competition no longer exists, Offerors may be required to submit information to the extent necessary to determine the price fair and reasonable.
BASIS FOR AWARD: In accordance with FAR 13.106-1(a)(2)(i) the offerors will be evaluated on a BEST VALUE basis and the award will be made to the responsible quoter whose quote, conforming to the solicitation represents the best value to the government. In no particular order of significance, the following factors shall be used to evaluate quotes:
- Technical capability of the item offered to meet the governments’ requirement.
- Price
- Supplier Performance Risk System (SPRS) Rating (IAW DFARS 252.204-7024)
EVALUATION PROCESS:
Award shall be made to the offeror providing the best value to the Government, as determined under FAR Part 13.106-2(b) (Evaluation of Quotations or Offers). The government is not obligated to determine a competitive range, conduct discussions, solicit final revised quotes, or use other techniques associated with FAR Part 15. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide all requested information shall be considered non-compliant and your quote could be removed from the evaluation process. Award will be made to the responsible offeror whose conforming offer is most advantageous to the Government, considering price and other factors.
The following factors shall be used to evaluate offers:
1. Price (Follow these instructions):
Offerors must submit firm-fixed price quotations that meet the requirements in this RFQ, including all information and Contract Line-Item Numbers (CLINs) specified in Attachment 5 (Quote Submission). Quotes without pricing for the specified line items will be deemed unacceptable and ineligible for award.
2. Technical Evaluation:
Offerors will be evaluated on their capability to provide the requested services efficiently and in accordance with the Statement of Objectives (SOO). Due to the critical performance capabilities, integration compatibility, and alignment with existing operating room equipment and support infrastructure at Eglin Hospital, the Brand Name (Steris HarmonyAIR A-Series) or Equal surgical lights are justified. Any equivalent product must meet or exceed all functional, technical, and environmental specifications outlined in attached specific Requirements List and Salient Characteristics, dated 6 July 2025 to ensure clinical efficacy and operational continuity.
If any portion of this work will be subcontracted, please provide the name and address of each subcontractor and a description of their planned contribution.
SITE VISIT (Strongly Encouraged)
A site visit is strongly recommended for offerors to assess the installation location and gather information for accurate quote preparation. Attending the site visit will provide a comprehensive understanding of installation conditions and potential performance constraints.
-
- Date: Tuesday, 19 Aug. 2025
- Time: 09:00 AM CST
- Location: 96th Medical Group, Eglin AFB
- Additional information will be provided upon RSVP.
While it is not mandatory for quote submission, attendance is highly encouraged. All questions arising from the site visit must be submitted in writing to the Contracting Officer by Thursday, 21 Aug., 5:00 PM CST. This deadline applies to all offerors, regardless of site visit attendance. Responses will be distributed to all interested parties.
RSVP REQUIRED by 15 Aug. 2025, 1:00 PM CST: To RSVP, email both Contract Specialist JaTyler Gary (jatyler.gary.1@us.af.mil) and Contracting Officer Wilma "Kat" Snider (wilma.snider@us.af.mil)
SUBMISSION REQUIREMENTS
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.
Offerors are expected to include all labor, materials, equipment, and training necessary for a fully operational Boom Mounted Operating Room Surgical Lights, including hardware, software, training, installation and de-instillation. Also, provide any warranty information applicable.
The government will not accept refurbished/used equipment.
Offers must list CAGE code, Company name, POC, and phone number. If you need to obtain or renew a CAGE code, please visit https://sam.gov/. Lack of registration in SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration.
Offerors must submit quotations for all items listed. Partial offers will not be considered for award. Offerors company generated quotes will be accepted but must include all requested information with in the RFQ. See Attachment 5 – RFQ Submission Requirements Template for required information.
DEADLINE: Offers/Quotes responses are due NO LATER THAN 12:00 P.M. (CST), on Thursday, 28 Aug. 2025. Direct all questions concerning this requirement to Contract Specialist JaTyler Gary (jatyler.gary.1@us.af.mil) and Contracting Officer Wilma "Kat" Snider (wilma.snider@us.af.mil)
Attachments: The following documents are included with this RFQ:
-
- Attachment 1- Solicitation FA2823-25-Q-0063
- Attachment 2- Statement of Objectives (SOO)
- Attachment 3- Specific Requirements List
- Attachment 4- Salient Characteristics
- Attachment 5- Submission Requirements