COMBINED SYNOPSIS/SOLICITATION
Federal Pacific Pad-Mounted 15kv Switchgear
JOINT BASE CHARLESTON (JB CHS), SC
FA441825Q0074
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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.
(ii) FA441825Q0074 is issued as a request for quotation (RFQ).
(iii) This RFQ provisions and clauses are those in effect through Federal Acquisition Circular 2025-05 dated 7 August 2025.
(iv) This acquisition is restricted for small business concerns. The associated NAICS code is 335313 with a 1,250 employee size standard. This is a BRAND NAME requirement.
(v) A list of line-item numbers and items, quantities and units of measure can be found in Attch 02 – RFQ Pricing Sheet.
(vi) The purpose of this combined synopsis and solicitation is for the purchase and delivery of One (1) each, Federal Pacific PSE 12 - Catalog No 4413 - 15 kV Pad-mounted Switchgear, in accordance with items listed on the Attch 01 – Statement of Work (SOW).
(vii) Delivery will be made 48-52 weeks ARO. The delivery FoB is Joint Base Charleston, South Carolina.
(viii) FAR 52.212-1, Instructions to Offerors – Commercial Items applies to this acquisition with the following Addenda; At a minimum, the offeror shall:
a. There are four (4) attachments
- Attch 01 – SOW
- Attch 02 – RFQ Pricing Sheet
- Attch 03 – Provisions and Clauses
- Attch 04 – Brand Name Justification_Redacted
b. Offerors shall utilize Attch 02 - RFQ Pricing Sheet to submit offered pricing and fill out Company name; address; SAM UEI; Cage Code; name, telephone number, email address for your company’s point of contact in response to this RFQ.
c. All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award.
d. A Firm Fixed Priced Purchase Order is anticipated.
e. Standard Payment Terms are Net 30 Days.
f. Acknowledgement of any amendments to this RFQ.
g. A statement that you agree to all terms of this RFQ.
h. Offerors must submit responses to this RFQ electronically by email to daniel.teeter@us.af.mil and taylor.mcdaniel.1@us.af.mil.
(ix) FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition with the following Addenda;
a. The contract award will be made to the responsible offeror submitting the lowest-priced, technically acceptable offer that conforms to the solicitation requirement.
b. Offers will first be arranged according to price, from lowest priced offer to the highest priced offer.
c. Offers will then be evaluated based on technical capability and rated acceptable or unacceptable in accordance with the required items listed in the RFQ Pricing Sheet (Attch 02).
d. If the lowest priced offer, having passed the technical evaluation, that offer represents the best value for the Government and the evaluation process stops at this point; an award shall be made to that offeror without further consideration of any other offers. In the event the lowest priced offeror, having not passed the technical evaluation, the evaluation process will continue with the next lowest priced offeror. In the event an offeror other than the lowest priced offeror having passed the technical evaluation, the Contracting Officer will perform an integrated best value evaluation to determine the eventual awardee. The Government reserves the right to award to other than the lowest priced offeror.
RFQ Due Date: 17 September 2025
RFQ Due Time: 5:00 P.M. EDT
Note: zip files are not an acceptable format for the Air Force Network and will not go through our email system