Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2025 SAM #8767
SOLICITATION NOTICE

G -- BASKETBALL OFFICIALS - DLA MWR COLUMBUS

Notice Date
11/25/2025 12:23:27 PM
 
Notice Type
Solicitation
 
NAICS
711219 — Other Spectator Sports
 
Contracting Office
DEFENSE LOGISTICS AGENCY RICHMOND VA 23297 USA
 
ZIP Code
23297
 
Solicitation Number
NAFUA1-26-Q-0002
 
Response Due
12/23/2025 12:00:00 PM
 
Archive Date
01/07/2026
 
Point of Contact
Elizabeth Sheffield, Phone: 445-737-9651, Michael Thompson, Phone: 5716433754
 
E-Mail Address
elizabeth.sheffield@dla.mil, michael.3.thompson@dla.mil
(elizabeth.sheffield@dla.mil, michael.3.thompson@dla.mil)
 
Description
Dear Prospective Offeror, The Defense Logistics Agency Family & Morale, Welfare, and Recreation (FMWR) invites qualified offerors to submit proposals in response to the Request for Quote (RFQ) NAFUA1-26-Q-0002 to provide all labor, equipment, materials, and incidentals for basketball sports officials and score keepers at the Defense Supply Center, Columbus, Ohio. 1. Please provide a quotation based upon your best pricing, with any discounts offered to your best customers. 2. If any items or services quotes are �Open Market� items, they must be identified as such on the quote. Please let the undersigned know as soon as possible if additional time is needed to extend the due date for the RFQ. 3. Please respond to this RFQ by emailing response to: Elizabeth Sheffield at email: Elizabeth.Sheffield@DLA.mil no later than 3:00 PM (EST) December 23, 2025 (or sooner if possible) in order to be considered timely. Any quote, modification, revision, or withdrawal of a quote received after the exact time specified above shall be determined as late and will not be considered unless received before award is made, the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition, and it was the only quote received. All questions will be due no later than 3:00 PM (EST), December 22, 2025 (or sooner if possible) in order to be considered timely. Please contact Elizabeth Sheffield at Elizabeth.Sheffield@DLA.mil with additional questions. 4. Please provide a quote for the line item(s) (CLINs) listed in Section B. Failure to quote on all CLINs of this RFQ with all applicable clauses� provisions filled in will render the quote unacceptable and ineligible for award consideration in the absence of discussions. 5. The NAFI requests the quote to be effective for 30 days after submission. SPECIAL NOTES AND INSTRUCTIONS: 1. Basis for Award. The NAFI intends to award a purchase order from this RFQ to the responsible Offeror whose quote conforming to the RFQ will be the best value to the NAFI. Failure to acknowledge any Amendments may result in your quote not being considered for award. Contract type shall be Firm-Fixed-Price (FFP). For the Technical Response � The quote shall consist of a narrative and supporting data that addresses all technical requirements contained in the RFQ. The quote shall be clear, concise, and shall include sufficient detail for effective evaluation. The Offeror�s technical quote must address the following element: FACTOR 1: Technical Capability FACTOR 2: Delivery 2. Evaluation and Award Factors: The Offeror who is deemed responsible and responsive with the Lowest Priced, Technically Acceptable (LPTA) quote will be determined to represent the best value. Technical acceptability will be determined by an evaluation of the quoted requirements that meet the technical criteria that are contained in the solicited item description or its equal. Quotes initially will be ranked from lowest to highest based on total price. The NAFI will then evaluate the three lowest priced quotes for Technical Acceptability. However, the NAFI reserves the right to evaluate additional quotes for technical acceptability if deemed to be in the best interest of the NAFI. If additional quotes are evaluated for technical acceptability, they will be evaluated in the order of total price. Award will be made to the responsible Offeror whose quote is the lowest evaluated price among technically acceptable quotes. The NAFI may use various price analysis techniques and procedures to ensure a fair and reasonable price. Examples of such techniques include, but are not limited to, the following: comparison of proposed prices received in response to the RFQ, comparison of proposed prices to historical prices paid, whether by the Government or other than the Government, for the same or similar items. Factor 1 - Technical Capability Factor 2 - Delivery A written notice of award or acceptance of an offer e-mailed or otherwise furnished to the successful Offeror shall result in a binding contract without further action by either party. Before the Offeror�s specified expiration time, the NAFI may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 3. SUBMISSION REQUIREMENTS Offerors shall provide detailed responses addressing each evaluation factor, including verification that the proposed officials have the adequate certifications. In addition, a detailed technical approach and service delivery plan is to be presented. 4. Registrations. To be eligible for award, Offerors must be determined responsible. Offerors are encouraged to register through the System for Award Management (SAM) or if already registered, Offerors must be current. To register or update Reps & Certs that are not current go to https://sam.gov/portal/public/SAM/ and provide information. 5. Completion of Work. The Offeror shall ensure that work for this project is performed in accordance with the criteria herein, and that all items/products in the description shall be fully operational at the completion of work for this project. 6. Department of Labor Wage Determination. Department of Labor Wage Determination WD 2015-4729 dated July 8, 2025 applies to the service requirement within this solicitation and is available at https://sam.gov/content/wagedeterminations; enter the WD number in the search box and the appropriate wage determination will be displayed with the applicable wage rates that are required to be paid to employees working on the services provided under the contract. Sincerely, Michael B. Thompson Contracting Officer, DLA DM-Q
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7505b421344d4720afb1fb55258193ba/view)
 
Place of Performance
Address: Columbus, OH 43213, USA
Zip Code: 43213
Country: USA
 
Record
SN07651398-F 20251127/251125230038 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.