Amendment 22 September 2025:
- The purpose of this amendment is to attach a PDF version of the SOO.
Solicitation:
This is a solicitation for commercial items 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; quotes are being requested, and a written solicitation will not be issued. Solicitation number FA4484-25-Q-0070 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures.
☐ - Invitation for Bid ☐ - Request for Proposal ☒ - Request for Quote
Product/Service Code: 9950
NAICS Code: 541430
Small Buisness Size Standard: $9,000,000
In accordance with FAR Part 19 this requirement is being set aside as: 100% Small Business
Procurement Description:
Objective: To design, fabricate, and install a visually compelling, historically accurate, and durable timeline exhibit in Bldg 3011 (JB MDL headquarters) that documents the evolution of Joint Base McGuire-Dix-Lakehurst from its creation in 1917 to present day highlighting the 100-plus years of JB MDL history. The timeline will serve educational, commemorative, and public engagement purposes.
Scope or Mission: To install a timeline of JB MDL history on a wall of the JB MDL headquarters that is approximately 18-feet in length. This history timeline will include photos and interpretations describing those photos for personnel to learn and appreciate the rich military heritage that exists at JB MDL.
Background: In 2009, the three collocated military installations of McGuire Air Force Base, Fort Dix, and Naval Air Station Lakehurst became one installation – Joint Base McGuire-Dix-Lakehurst. Each installation has its own heritage, which is now collectively shared by the 87th Air Base Wing Historian, who serves as the Joint Base Historian. To continue the efforts of making the Joint Base truly “joint” and not “joined”, the Joint Base Heritage Program requires an area that will highlight the heritage of the Joint Base in one place to enhance the education, appreciation, and Esprit d ’Corps for those personnel who work in or visit the Joint Base headquarters.
INSTRUCTIONS TO OFFERORS: Addendum to FAR Clause 52.212-1, Instructions to Offerors
- Commercial Services
1. The purpose of this solicitation is to procure a Heritage Wall Timeline for the 87 ABW Historian.
2. The Government intends to award a firm-fixed-price contract. The product will be in accordance with the SOO.
3. See Federal Acquisition Regulation (FAR) Clause 52.212-1, "Instructions to Offerors -- Commercial Items" for additional information.
4. See the Basis for Award for additional information and evaluation criteria.
5. All services shall be performed in accordance with and meet the specifications included in the Statement of Objectives (SOO). Contractors must have an active registration in System for Award Management (SAM) to be eligible to be awarded a Department of Defense (DoD) contract. If you need to register in SAM, please do so using the following link: https://www.sam.gov/sam.
6. You must include all Representations and Certifications with your quote or reflect they're completed in SAM.
7. Contractor offers shall be submitted NLT 1200 EST on 24 September 2025 via email to the Contract Specialist, Capt. Jared Skipper at jared.skipper.1@us.af.mil and the Contracting Officer (CO), Lizbette Zalybniuk at lizbette.zalybniuk.1@us.af.mil and shall contain the following information:
A. Technical: Limited to no more than 10 pages. Submit (1) original quote and (1) redacted quote. Redacted proposals should not have company names/logos or pricing. Failure to furnish a properly redacted proposal may, at the CO’s discretion, result in exclusion of the Quote from further award consideration.
B. Price/Admin:
1. Unit and extended pricing for all Contract Line Item Numbers (CLINs) found on the Supplies or Services & Prices or Costs page of the solicitation. A total price should also be included. Prices shall not extend past the second decimal point for unit and extended amounts. The proposed price shall include all personnel, supplies, services, management, overhead, other directs costs, G&A, and profit to fulfill the contractual requirements of the Statement of Objectives (SOO).
2. All offers shall remain valid for 90 calendar days. Multiple offers will not be accepted.
8. See attached Statement of Objectives (SOO) and 87 ABW Heritage Wall Timeline SAM Combo for more details.
BASIS FOR AWARD
Evaluation – Commercial Items
- This competitive acquisition will be conducted in accordance with FAR Subpart 13. Award shall be made to a single contractor. Selection shall be made on a lowest price technically acceptable (LPTA) basis.
- The Government intends to award a contract without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest.
The following evaluation factors will be used to evaluate each proposal. The relative importance of each factor is as follows: Technical submission and Price are listed in descending order of their importance with Factor 1(Technical Submission) being considered significantly more important than Factor 2 (Price).
Factor 1- TECHNICAL ACCEPTABILITY
The Government will evaluate offers to determine if the offer meets the requirements of the PWS to determine technical acceptability. Offers determined to be unacceptable will not be evaluated further.
Adjectival Rating - Description
Acceptable - The proposal meets the requirements of the PWS and solicitation.
Unacceptable - The proposal does not meet the requirements of the PWS and the solicitation.
Factor 2 - PRICE
- Proposals shall include prices for each line item listed.
- The Government will evaluate offers for award purposes by adding the total price for all Contract Line Item Numbers (CLIN). In the event there is a difference between a unit price and the total CLIN amount, the unit price will be held as the intended price multiplied by the number of units. If the offeror shows only the total amount but fails to submit a unit price, the total CLIN amount divided by the quantity will be held as the intended price.
- Unbalanced pricing exists when, despite an acceptable total evaluated price, one or more contract line items is significantly overstated or understated as indicated by the application of cost or price analysis techniques. A proposal may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government.
- Failure to provide the requested information may deem the proposal Unacceptable and may not be eligible for award.
ALL QUESTIONS ARE DUE NO LATER THAN: 22 September 2025 at 0900
ALL PROPOSALS/QUOTES ARE DUE NO LATER THAN: 24 September 2025 at 1200
***** SOLICITATION AMENDMENTS MUST BE ACKNOWLEDGED IN WRITING OR THE PROPOSAL/QUOTE MAY BE CONSIDERED NON-RESPONSIVE. IT IS THE OFFEROR’S RESPONSIBILITY TO CHECK FBO FOR AMENDMENTS ISSUED AGAINST THIS SOLICITATION AND RESPOND ACCORDINGLY. ******