An amendment to the subject solicitation has been issued to extend the offer due date to 10 September 2025 11:00AM.
All other terms and conditions remain unchanged.
**************************************************
General Information:
1. 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. The solicitation will be evaluated and awarded per the prescribed procedures of FAR Part 13.
2. This solicitation is being issued as a Request for Quote (RFQ).
3. This solicitation document and incorporated provisions and clauses are those in effect through:
Federal Acquisition Circular: 2025-04
Defense Federal Acquisition Regulation Public Notice 01/17/2025
Air Force Federal Acquisition Circular DAFFARS Change 10/16/2024
4. This solicitation has been set aside for 100% Small Business under the NAICS Code of 334516 - Analytical Laboratory Instrument Manufacturing, with a small business size standard of 1000 Employees.
Requirement Information:
The Fire & Emergency Services (FES) at Homestead Air Reseave Base requires the procurement of two (2) Posi3 USB SCBA Test System.
The Posi3 USB System is a computerized testing device designed for the quantitative evaluation of Self-Contained Breathing Apparatus (SCBA) and related respiratory protective equipment. The delivered system must provide the functionality necessary to perform comprehensive SCBA testing in accordance with applicable standards and regulations.
The 482nd Contracting Squadron of Homestead ARB, FL invites you to submit a firm-fixed price quotation for the following items.
CLIN 0001
Item Number 54-56-6117: Posi3 USB (Quantity 1EA) encompasses:
- Posi3 USB (54-56-6117)
- 2216-4500-5500 Manifolds (high, medium, low)
- 250psig Enhanced Precision (EP) Transducer
- 5500 psi SCBA Models
- Sound Detection System (SDS)
- USB with NIOSH SCBA Test and Operating Software
- Posi3 Case (Standard case for all equipment)
CLIN 0002
Item Number 54-56-6117: Posi3 USB (Quantity 1EA) encompasses:
- Posi3 USB (54-56-6117)
- 2216-4500-5500 Manifolds (high, medium, low)
- 250psig Enhanced Precision (EP) Transducer
- 5500 psi SCBA Models
- Sound Detection System (SDS)
- USB with NIOSH SCBA Test and Operating Software
- Posi3 Case (Standard case for all equipment)
- New Laptop
- Compatible with Posi3 USB system
- Qty 1EA
Deliverables:
The successful vendor shall deliver the complete and fully functional Posi3 USB Systems, ensuring compliance with the functional requirements. This includes all necessary hardware, software, documentation, and associated materials for the system's proper installation, operation, and maintenance.
Compliance:
The offered Posi3 USB System must be compliant with all applicable industry standards, including NIOSH and NFPA standards for SCBA testing and performance verification. The vendor shall provide documentation demonstrating such compliance as part of their proposal.
DELIVERY INFORMATION
-Period of Performance: Please indicate the proposed delivery period on the corresponding quote.
-Place of Delivery/Performance/Inspection and Acceptance/FOB Point/: Destination
-DoDAAC: F5E3FD
-ADDRESS:
FIRE DEPARTMENT
AF BPN NO MILSBILLS PROCESSES
12449 PLOESTI RD BLDG 232 RM 127
HOMESTEAD, FL 33039-1299
52.212-1 Instructions to Offerors-Commercial Items (November 2021) – Addendum
Offerors shall prepare their quotations IAW FAR 52.212-1, in addition, the following information shall be included:
Provide the following contractor information with your quote:
a) UEI Number
b) CAGE Code
c) Contractor Name
d) Point of Contact: Phone Number and Email address
Please note, for an Offeror to be considered for award, the organization shall be registered, active, and have a CAGE Code in the System for Award Management (SAM) at: www.sam.gov. If the vendor is not registered and active, the vendor is not eligible for award.
Quotes shall include the following:
a) Pricing and Delivery for CLIN 0001 and CLIN 0002
b) Payment Terms (net30) and/or all applicable discount(s)
c) Warranty being offered
d) Product specifications in sufficient detail to ensure compliance
e) Completed Reps & Certs
f) Validity date for submitted quotes
g) Technical Capability: Provide specification sheets for the products your firm is proposing to fulfill the requirement. This information will be used to determine the technical acceptability of the product offered.
h) Signed copy of Amendments (If Applicable)
All quote packages should include cost of all required equipment and any applicable shipping charges required.
QUOTE SUBMISSIONS:
Quotes are due no later than 9th September 2025, at 11:00 AM (EST).
Offerors are responsible for verifying receipt of their proposals to this office before the offer
due date and time. Quotes will be emailed to the Contracting Officer at:
viviane.filias@us.af.mil
Please note, the maximum file size is 20MB. Emails over this file size will not be received. If your quote package is larger than 20MB you will need to submit using DoDSAFE procedures. To request a DoDSAFE link be sent to you please email the contracting officer at least 3 business days prior to closing of the solicitation to request a link be sent to you.
Any formal communication shall be submitted in writing (via email) to the POC noted. It is the offerors’ responsibility to confirm receipt of all formal communications. All questions shall be submitted prior to 08 Sep 2025, at 11:00AM (EST). Questions received after the aforementioned date may be answered on a case-by-case basis. Upon award and satisfactory performance, payment will be through Wide Area Workflow.
52.212-2 Evaluation-Commercial Items (November 2021) – Addendum
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. Best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price.
This is a lowest price, technically acceptable RFQ. The following factors shall be used to evaluate offers:
1. Price
2. Technical Acceptability
The contract will be awarded to the company with lowest price, which also fully meets all specifications. Only the lowest priced proposal will be evaluated for technical acceptability (based on the specifications). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable. Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM).
QUOTE SPECIFICS:
In order to be considered for evaluation quotes must include a Price Exhibit, and a Technical Exhibit.
1. Quote shall include the offeror's Price Exhibit as follows:
- Quoter shall create a pricing table, itemizing all equipment and the prices being offered.
2. Quotes shall include the offeror's Technical Exhibit as follows:
- Specification Compliance: Quoter shall provide, in sufficient detail, a description of the products being provided accompanied by specification sheets concerning the equipment being offered.
A written notice of award or acceptance of an offer will be furnished to the successful offeror and shall result in a binding contract without further action by either party.
Offerors shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items, with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable.
The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause.
The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition.
It is the Offeror’s responsibility to be familiar with applicable provisions and clauses. See https://gov.ecfr.io and https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. Class deviations can be found at https://www.acq.osd.mil/dpap/dars/class_deviations.html.
For your convenience all applicable provisions and clauses are included in the attached Solicitation – FA664825Q0018 (Attachment 1).
Amendment to Solicitation:
The Government reserves the right to revise or amend the solicitation and attachments prior to the offer closing time. If revised, the amendments will be issued in SAM.gov. The offeror shall acknowledge all amendments issued by completing the Acknowledgment of Amendments located in the below attachments. The Contracting Officer will provide clarification(s) through amendment(s) to the solicitation on SAM.gov. if required.
Special Instructions:
The subject line in all emails must be formatted as follows: Subject: Solicitation# FA664825Q0018 /Vendor Name/ Posi3 USB. When addressing questions concerning any aspect of the solicitation or attachments, state the page number, section, and paragraph that requires clarification.
POINT OF CONTACT:
Name: Viviane Filias, Contracting Officer
Email: viviane.filias@us.af.mil