This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitation W50S8R25Q0017 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05. This solicitation is being solicited as 100% WOSB set-aside. The NAICS code that applies is 335921 and business size is 1,000 employees. This action will result in a FFP purchase order, utilizing simplified acquisition procedures.
The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide Corning products in accordance with Attachment 2 RLF Network Backbone BOM.
Delivery: FOB Destination to 1947 Harrington Memorial Road, Mansfield, OH, 44903
FAR 52.212-1 Instructions to Offerors - Commercial Products and Commercial Services (SEP 2023)
ADDENDUM to 52.212-1
-
- All questions regarding this RFQ shall be emailed to jeffrey.snyder.20@us.af.mil & james.kliewer.2@us.af.mil no later than 24 August 2025
- Offeror is required to submit one electronic copy of their quote and must contain the name, phone number, and email address of the person to be contacted concerning any matter related to this solicitation. The following information shall be included:
- CAGE Code and Unique Entity ID
- Company Name, mailing address
- Date submitted and quote expiration date
- Delivery terms
1.3 Offeror shall provide adequate documentation for the government to ensure quoted products match
the quantity, part number, and description of all items being requested in this brand name requirement.
(End of Provision)
FAR 52.212-2 Evaluation – Commercial Products and Commercial Services NOV 2021
ADDENDUM TO 52.212-2
1 BASIS FOR CONTRACT AWARD: This solicitation is for a Firm Fixed Price Contract. The Government intends to award a single contract to a qualified Small Business Offeror deemed responsible in accordance with the Federal Acquisition Regulation (FAR), whose quote conforms to all the RFQ's requirements and is determined to represent the Best Value to the Government. Best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price, with appropriate consideration given to the three (3) evaluation factors: Responsiveness, Technical, and Price.
The overarching evaluation approach for all factors and subfactors is to determine the acceptability of the response. The quote will be evaluated to determine whether each requirement has been addressed in the quote in order to meet the acceptability standards described in the solicitation.
(a) Responsive Offerors. Initially, the government shall evaluate the quote on a pass/fail basis. The quotes shall be evaluated on whether offerors have submitted a complete package as specified in the above addendum to 52.212-1.
RESPONSIVE OFFEROR RATING
Rating
Description
PASS
Offeror has returned a complete proposal package.
FAIL
Offeror has NOT returned a complete proposal package.
(b) Technical Evaluation. Technical Capability will be evaluated on an Acceptable/Unacceptable basis utilizing the product specifications provided to the Government. To be determined Technically Acceptable, the offerors quote must provide all items as listed in Attachment 2: RLF Network Backbone BOM (i.e, correct quantity, part number, and description). An offeror shall obtain an “Acceptable” rating to continue further in the competition. Offerors who are deemed to merit an “Unacceptable” rating in the Technical Capability Factor will be removed from further consideration for award. Once the minimum requirements are established, the team shall evaluate the offeror's quote against these requirements to determine whether the quote is acceptable or unacceptable, using the ratings and descriptions outlined herein. Quotes are evaluated for acceptability, but not ranked using the non-price factors/subfactors. In order to be considered awardable, there must be an "acceptable" rating in every non-price factor/subfactor.
(c) Price. The total quoted price from offerors determined both responsive and technically acceptable will be evaluated and award will be made to the lowest evaluated price.
(End of provision)
For more information regarding this solicitation please contact MSgt Jeffrey Snyder via email at jeffrey.snyder.20@us.af.mil
Offers are due by 1:00 P.M. EST 28 August 2025: email jeffrey.snyder.20@us.af.mil and james.kliewer.2@us.af.mil
List of Attachments:
Attachment 1: Clauses and Provisions
Attachment 2: RLF Network Backbone BOM
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. 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/ Head of Contracting Activity
ATTN: NGB-AQ-O
111 S. George Mason Dr. Arlington, VA 22204
Email: ng.ncr.ngb-arng.mbx.ngb-task-order-ombudsman@mail.mil
All other agency-level protests should be sent to the Contracting Officer for resolution at the address in the solicitation. See FAR clause 52.233-2.