Combined Synopsis - Solicitation
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and written solicitation will not be issued. The solicitation number is FA460825QS052 and is issued as a Request for Quotation (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2025-05) as of 7 August 2025. This is a set aside for 100% small business and the associated North American Industry Classification (NAICS) number is 238210. The small business size standard is $19 Million.
Contracting Office Address:
Department of the Air Force (DAF), Air Force Global Strike Command (AFGSC), 2d Contracting Squadron (2 CONS), 801 Kenney Avenue, Building 4400, Suite 2301, Barksdale Air Force Base (AFB), Louisiana (LA), 71110, United States (US).
DESCRIPTION/PURPOSE:
This RFQ is to replace the master control processor, dimming panel, and touchscreen to improve reliability and usability of the Welch Conference Center. To include the removal and disposal of old equipment, system startup and configuration, testing, basic training, and the provision of updated documentation, as required.
CLIN 0001: All labor and supplies necessary to replace the master control processor, dimming panel, and touchscreen to improve reliability and usability of the Welch Conference Center Lighting System. (price includes parts, labor, and shop supplies)
IMPORTANT (MUST READ):
- This solicitation is subject to the Federal Acquisition Regulation (FAR). Offerors should carefully review the attached Wage Determination. While the Wage Determination may contain language referencing the implementation of Executive Order 14026 (Increasing the Minimum Wage for Federal Contractors), the application of Executive Order 14026 and its implementing regulations under this contract are governed by the FAR.
As of the date of this solicitation, Federal Acquisition Regulation FAC Number 2025-05, effective 07 August 2025, has not issued any amendments to FAR clause 52.222-55. Therefore, FAR clause 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026, as currently in effect under the FAR, will be incorporated into any resulting contract.
Although Executive Order 14026 has been rescinded, implementing language and regulations rescinding FAR 52.222-55 have not been issued. Therefore, FAR 52.222-55 remains in full force and effect until formally modified or rescinded through the FAR.
Offerors are responsible for understanding and complying with all applicable FAR clauses, including, but not limited to, FAR clause 52.222-55, as currently in effect. Any inconsistency between the attached Wage Determination and the requirements of FAR clause 52.222-55 shall be resolved in favor of the FAR clause.
By submitting a quotation in response to this solicitation, the offeror acknowledges and agrees to the terms and conditions set forth in this information.
- The provisions FAR 52.212-1 and 52.212-2 apply to this acquisition. For additional instructions and evaluation information, please see attachment 1.
Offeror Shall Ensure The Following Information Is Included In Quotation (At A Minium):
- Company Name
- SAM Unique Entity Identifier (UEI)
- Date Quotation Is Submitted To 2 CONS
- Date Quotation Expires (In accordance with Attachment 1)
- Name Of Company Point of Contact (POC) For Quotation
- Company POC’s Telephone Number
- Company POC’s Email Address
- Tax Identification Number
- State Whether Company Has Capacity To Invoice Electronically Through Wide Area Workflow (WAWF)
Quotations shall be submitted in electronic format and emailed to the Contract Specialist, Dana Woodard, at dana.woodard.3@us.af.mil and Contract Officer, Tiffany Collazo, at tiffany.collazo.2@us.af.mil, no later than the solicitation due date and time. Email is the required method, and it is the offeror’s responsibility to follow up with the listed POC to ensure their quotation was received on time. Since the Government anticipates award will be based on initial responses, vendors are highly encouraged to quote their most advantageous pricing in their initial response.
BEST VALUE DETERMINATION:
Award will be based on price/technical to determine best value.
IMPORTANT DATES AND TIMES:
- A site visit will be held at 1:00 PM CST on Thursday, 4 September 2025. Interested parties must RSVP no later than COB Wednesday, 3 September 2025. (If no RSVP is received by this deadline, the site visit will be canceled)
- Quotes are due no later than 12:00 PM CST on Friday, 12 September 2025.
The following attachments are applicable to this RFQ:
Attachment 1, Provisions and Clauses
Attachment 2, Statement of Work, dated 8 Sept 2025
Attachment 3, Wage Determination
Points of Contact (POCs):
Contract Specialist: Dana Woodard; Telephone: (318) 456-6889; Email: dana.woodard.3@us.af.mil
Contracting Officer: Tiffany Collazo; Telephone: (318) 456-3400; Email: tiffany.collazo.2@us.af.mil