AMENDMENT 001: Posted 3 September 2025 with attachment titled "Questions and Answers." Response time extednded to 11 September 2025.
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS
General Information
Solicitation Number: Combined Solicitation/Synopsis
Posted Date: 08 August 2025
Original Response Date: 08 September 2025
Current Response Date: 11 September 2025
Set Aside: Total Small Business Set Aside
NAICS Code: 333922
Contracting Office Address
101 MSC
101 Maineiac Ave
Bangor, ME 04401
101.MSG.MSC.Contracting@us.af.mil
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, “Streamlined Procedures for Evaluation and Solicitation for Commercial Items,” as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.
This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04.
The associated North American Industrial Classification System (NAICS) code for this procurement is 333922, with a small business size standard of 500 employees.
The 101st MSC, Bangor, ME is seeking to purchase Vertical Storage Carousels.
All interested companies shall provide quotation(s) for the following:
Supplies
Line Item Description Quantity Unit Price Total Price
0001 System Design 1
0002 Existing Equipment Removal 1
0003 Vertical Carousel 4
0004 Bins & Boxes/Totes 1400
0005 System Installation 1
Total
See Purchase Description Document dated 8 May 2025 for specific item information.
Delivery schedule shall be provided within quote.
Place of Performance
Address: B493, Bangor Air National Guard Base, Bangor, ME
Postal Code: 04401
Country: UNITED STATES
Award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor meeting or exceeding the requirement, (2) past performance, and (3) price.
EVALUATION OF TECHNICAL CAPABILITY
Evaluation of this factor will assess the offeror's proposed approach and understanding of the requirements and risk of unsuccessful performance of the proposed approach to technical capability in accordance with Purchase Description Document. The Technical proposal questionnaire on page 25 and 40-42 shall be completed by the Offeror. All entries to this questionnaire shall be typed. The questionnaire will be used to determine the Offeror's understanding of the requirements and acceptability of the proposed equipment.
Please attach product literature/cut sheets for all equipment detailed in this questionnaire and attach any exceptions to the Purchase Description Appendix.
Acceptability: We will determine the acceptability of your quote on an acceptable or unacceptable basis. We will consider your quote acceptable if it (i) conforms to the material solicitation requirements; (ii) manifests your unconditional assent to the terms of this Request for Quote (RFQ), and (iii) you are a responsible prospective contractor pursuant to FAR 9.104-1.
(i) Conformance. Material solicitation requirements include those terms affecting quality, quantity, price, delivery, or proximity to physical location.
(ii) Assent. If you (1) take exception to any term of this RFQ, (2) propose any additional terms, or (3) omit material information required by this RFQ then we will consider your quote to be unacceptable and ineligible for contract award.
EVALUATION OF PAST PERFORMANCE
The evaluation of this factor will assess the risk of unsuccessful performance of the offeror’s proposed approach to performing efforts of a similar scope, magnitude, and complexity as the requirement described in the Purchase Description Document.
The Government will evaluate the offeror’s past performance to determine the likelihood that the offeror will successfully perform the required effort described in the Purchase Description.
Contracts submitted in the Past Performance section of the offeror's proposal will not be considered if the Government determines them to be not recent, not relevant, or lacking any credible past performance information. If the offeror does not have a record of Recent and Relevant past performance
The offeror may also be evaluated on past contract performance information utilizing internal Government or private source information and the Government reserves the right to use any information received as part of its evaluation. The Government may contact any of the references the offeror provides and reserves the right to use any information received as part of its evaluation.
In evaluating the offeror's performance history, the Government may compare the offeror's deliveries or performance to the contract's original delivery or performance schedule, unless the delay was Government-caused. Schedule extensions that were the fault of the offeror, even if consideration was provided, may be counted against the offeror.
Supplier Performance Risk System. A risk score of Red (lowest 5%) or Yellow (Next 10%) will be considered unacceptable. If no information is found, that will be treated as neutral which is considered acceptable. An unacceptable risk rating will be grounds for exclusion from award consideration.
EVALUATION OF PRICE FACTOR
Evaluation of price will be performed using one or more of the price analysis techniques in FAR 13.106-3. Through these techniques the Government will determine whether prices are reasonable, complete, and are not unbalanced.
Reasonableness. The Government will evaluate the price reasonableness of the offerors' proposed prices to ensure that in its nature and amount, it does not exceed what would be incurred by a prudent person in the conduct of competitive business. The Government shall employ price analysis techniques in accordance with FAR 13.106-3 to determine that a proposed price is fair and reasonable.
Completeness. The Government reserves the right to conduct discussions with offerors, but discussions are not anticipated or intended. Since discussions are not anticipated or intended, the Government requires complete proposal with respect to price. A complete proposal will include all information required by this solicitation.
Unbalanced Pricing. Offerors should note that pricing will be carefully reviewed to detect whether proposal are unbalanced between line items or subline items, as well as unbalance between periods. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more line items is significantly over or understated as indicated by the application of cost or price analysis techniques. Unbalanced offers may be determined unacceptable.
All of the contract clauses in the attached document titled “CLSExport_W50S8325Q0001” apply to this acquisition.
The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/.
All quotations shall be sent to the Contracting Office at 101.MSG.MSC.Contracting@us.af.mil
This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoter shall list exception(s) and rationale for the exception(s).
Submission shall be received not later than 08 September 2025 at via email to 101st MSC at 101.MSG.MSC.Contracting@us.af.mil
Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). only e-mailed quotes will be accepted.
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contracting officer, Cameron Doncet Hall, cameron.doncet_hall.2@us.af.mil.
Point of Contact
CAMERON M. DONCET HALL, 1st Lt, ANG
Contracting Officer
Maine Air National Guard
Voice: DSN 698-7353 / Comm (207) 404-7353
cameron.doncet_hall.2@us.af.mil
National Guard Bureau, Agency Protest Program
NG Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns with the National Guard (NG) as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum.
Contract award or performance is suspended during the protest to the same extent, and within the same time periods as if filed at the GAO. The NG protest decision goal is to resolve protests within 35 calendar days from filing. An agency protest may be filed with either the Contracting Officer or the NG Agency’s Protest Decision Authority, but not both, in accordance with NG protest procedures.
To be timely, the protests must be filed with the periods specified in FAR 33.103.
1) Protests to the Contracting Officer shall be filed under FAR 52.233-2 at:
United States Property and Fiscal Office for Maine
Purchasing and Contracting Division
ATTN: Cameron M. Doncet Hall
Bldg. 505, 101 Maineiac Ave
Bangor, ME 04401
Email: cameron.doncet_hall.2@us.af.mil
2) To file a protest under the NG Agency Protest Program, the protest must request resolution under that program and be sent to the address below:
National Guard Bureau
Office of the Director of Acquisitions
ATTN: NGB-AQ-O
111 S. George Mason Dr.
Arlington, VA 22204
Email: ng.ncr.ngb-arng.mbx.ngb-task-order-ombudsman@army.mil
NG Public-facing, general Protest information is found at: https://www.nationalguard.mil/Leadership/Joint-Staff/Special-Staff/Director-of-Acquisitions/
Directorate of Acquisitions information for the contracting enterprise is found at
https://gko.portal.ng.mil/ngb/STAFF/D01/D01/OI/Protests%20and%20Complaints/Forms/AllItems.aspx