This is a Combined Synopsis/Solicitation for the acquisition of a Loadrunner Trailer. Please see attached Statement of Requirements (SOR) for further details.
(i) This is a combined synopsis/solicitation for commercial services 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; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for requirement.
(ii) Solicitation Number: FA930225Q0074**Please provide the full solicitation number on all packages**
Interested parties who believe they can meet all the requirements for the services described in this synopsis are invited to submit, in writing, a complete quote.
Offerors may utilize the attached SF1449 to complete quote information in addition to a separate quote (in PDF format); ensuring the quote contains information and pricing for all contract line items (CLINs) included on the SF1449. 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, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted.
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 2025-06 and DAFFARS Change 10/16/2024.
(iv) THIS REQUIREMENT WILL BE: Set Aside 100% to TOTAL Small Businesses Set-Aside. The North American Industry Classification System (NAICS) number for this acquisition is 336212 “Truck Trailer Manufacturing” with a size standard of 1,000 employees.
(v) Delivery: No later than 26 August 2025.
(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:
12. Completed copy of FAR 52.212-3, Alt I, Offeror Representations and Certifications—Commercial Products and Commercial Services (Feb 2024) – or - notification that FAR 52.212-3 representations and certifications are available on SAM.gov
(vii) The provision at FAR 52.212-2, Evaluation—Commercial Products and Commercial Services (Nov 2021) applies to this acquisition.
***Please read the evaluation criteria closely. If vendor does not provide a full response, it will be found unresponsive***
The solicitation provides that quotations will be evaluated using overall Best Value. The following are evaluation factors:
1. Delivery Deadline.
2. Price.
3. Technical Acceptability.
4. Contractor’s Understanding of DPAS rated orders.
Delivery Deadline of 26 August 2025 will be weighed higher than price.
The Government will award a purchase order resulting from the RFQ to the responsible offeror whose quote is responsive to the RFQ and considered to be the best value.
(viii) Offerors shall include completed copies of applicable provisions, which are included in the SF1449. Offers will be considered incomplete if these are not included with the quote.
(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 (Feb 2024), 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): DX
(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 05 August 2025 at 11:00 AM, Pacific Standard Time (PST).
Offers must be sent via email to both Karla Montes (karla_lizette.vazquez_montes@us.af.mil) AND Jamil Minosa (jamil.minosa.2@us.af.mil). No late submissions will be accepted.
(xiv) For additional information regarding this solicitation contact:
Primary Point of Contact:
Jamil Minosa
Contract Specialist
jamil.minosa.2@us.af.mil
Secondary Point of Contact:
Karla Montes
Contracting Officer
karla_lizette.vazquez_montes@us.af.mil
QUESTION PERIOD: Due to the urgency of this requirement no questions or extension requests will be entertained.