Amendment 1: The purpose of the amdement is to add the questions and answers (see attached) and to extend the due date to July 30, 2025.
This is a Combined Synopsis/Solicitation Office Reconfiguration and Cubicle Installation. Please see the attached Soliciation for more details.
(i) This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Simplified Acquisition Procedures (FAR Part 13) will be used for this requirement. The FAR 19.1405 set-aside procedures will be used for requirement.
(ii) Solicitation Number: FA930225Q0051 **Please provide the full solicitation number on all packages**
Interested parties who believe they can meet all the requirements for the products described in this synopsis are invited to submit, in writing, a complete quote delivery FOB destination Edwards AFB CA 93524.
Offerors may utilize the attached Statement of Work (SOW) to complete quote information ensuring the quote contains information and pricing for this requirement, including demolition, installation and delivery costs.
Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email. Submit only written offers. 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 2024-03, DFARS Change 01/17/2025 and DAFFARS 10/16/2024.
(iv) THIS REQUIREMENT WILL BE: Firm Fixed Priced, total small business set-aside. The North American Industry Classification System (NAICS) number for this acquisition is 337211 “Modular furniture systems, wood frame office-type, manufacturing” with a size standard of 1,000 employees.
(v) Delivery: Period of Performance will be 90 Days ARO or as soon as possible.
(vi) The provision at FAR 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services (Sep 2023), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/. Offerors shall prepare their quotations in accordance with FAR 52.212-1. In addition, the following information shall be included:
PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE:
1. SAM UEI:
2. TIN Number:
3. CAGE Code:
4. Contractor Name:
5. Payment Terms (NET 30) or Discount:
6. Point of Contact Name and Phone Number:
7. Email address:
8. Warranty:
9. Date Offer Expires:
10. FOB Destination:
11. Estimated Delivery Lead Time:
(vii) The provision at FAR 52.212-2, Evaluation—Commercial Products and Commercial Services (Nov 2021) applies to this acquisition.
- Addendum to FAR 52.212-2, Evaluation - 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.
***Please read the evaluation criteria closely. If vendor does not provide a full response, it will be found unresponsive***
The following factors shall be used to evaluate offers:
(1) Technical capability to meet the Government requirement.
(2) Past Performance: Offerors will be evaluated on experience with experience in dismantling, reconfiguring, and assembling cubicles and demountable walls.
(3) Price: In the integrated assessment, upon which the award assessment will be made, Past Performance is of more than Price when being evaluated. Technical factor will be rated as Acceptable or Unacceptable.
(b) Basis for Contract Award: This is a competitive solicitation using simplified acquisition procedures and Best Values in which competing offerors past and present history will be evaluated as more important than price.
By submission of their offer in accordance with the instructions provided in provision FAR 52.212-2 “Instructions to Offerors” the offerors accedes to all solicitation requirements, including terms and conditions, representations and certifications, the model contract, and technical requirements, in addition to those identified as evaluation factors. All technically acceptable offerors will be treated equally except for their prices and performance records. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall process as follows:
- Technical Acceptability (Step 1) – Quotes must be rated as technically acceptable to be eligible for award. To be deemed technically acceptable, the following evaluation criteria must be met: Technical capability to meet the Government requirement specifications.
- Price Evaluation (Step 2) - Offerors, will be ranked according to overall price. Included as part of the price evaluation is a review for price reasonableness. An offeror’s proposed Total Price will be determined by a specification sheet. Offerors whose total evaluated price is unreasonable, unbalanced, or unaffordable may be considered unacceptable and may be rejected on that basis. To reiterate unreasonableness the total evaluated price will be evaluated.
- Past Performance (Step 3) – Provide at least two (2) recent past performance work history within the last three (3) years.
Up to one award will be made under this solicitation. Awards will be conducted under the provisions of FAR Part 12, Commercial Products, and FAR Part 13, Simplified Acquisition Procedures. Submit only written offers via email; oral offers will not be accepted. All offerors must be registered with the System for Award Management (SAM).
(vii) Offerors shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offerors Representations and Certifications – Commercial Products and Commercial Services, with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable.
(viii) Offerors shall include completed copies of applicable provisions in SAM.gov. Offers will be considered incomplete if not completed.
(iv) The clause at FAR 52.212-4, Contract Terms and Conditions— Commercial Products and Commercial Services (Nov 2023), applies to this acquisition.
(x) The clause at FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (March 2025), applies to this acquisition.
(xi) Additional Contract Requirement or Terms and Conditions: Please find a contemplated list of additional provisions/clauses in the attachments; the final list of clauses is dependent upon actual dollar value of the contract award and may change from those provided in the attachment. Full text for the clauses and provisions can be accessed via https://www.acquisition.gov/
(xii) Defense Priorities and Allocation System (DPAS): N/A
(xiii) Quote Submission Information:
It is the government’s intent to award without discussions. Therefore, each initial quote should contain the offeror’s best terms from a price and technical standpoint. However, the government reserves the right to conduct discussions if the Contracting Officer (CO) determines that discussions are necessary.
Offers are due by 25 July 2025 at 7:00 AM, Pacific Daylight Time (PDT).
Offers must be sent via email to Jaymi Taplin (jaymi.taplin@us.af.mil)
No late submissions will be accepted.
(xiv) For additional information regarding this solicitation contact:
Primary Point of Contact:
Jaymi Taplin
Contract Specialist
jaymi.taplin@us.af.mil
Secondary Point of Contact
Christina Day
Contract Officer
christina.day.6@us.af.mil
QUESTION PERIOD: The period for questions regarding this RFQ will end at 7:00 AM PDT on 25 July 2025. Please send all questions to the buyer via email at jaymi.taplin@us.af.mil. Phone inquiries are not available currently. All questions and answers will be posted to this RFQ.