Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 03, 2025 SAM #8773
SOLICITATION NOTICE

H -- Fall Protection Certification Services

Notice Date
12/1/2025 6:50:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
FA930126Q0003
 
Response Due
12/15/2025 3:00:00 PM
 
Archive Date
12/18/2025
 
Point of Contact
Suzanna Kussman, Alexia Del Real
 
E-Mail Address
suzanna.kussman@us.af.mil, alexia.del_real@us.af.mil
(suzanna.kussman@us.af.mil, alexia.del_real@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Combined Synopsis/Solicitation for the procurement of Fall Protection Inspection and Certification Services at Edwards AFB, CA. The contractor shall be required to furnish trucks, man-lifts, ladders, tools, and all related such items necessary in the performance of this contract at no additional cost to the government. More details related to this acquisition are included in the attached Statement of Work (SOW) and Solicitation documents. Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. (i) 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; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR Part 13) will be used for this requirement. (ii) Solicitation number: FA930126Q0003 *Please provide the full solicitation number on all packages* Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote. This solicitation is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-06 and DPN 20251110. (iv) This solicitation is set aside 100% for Small Business. The North American Industry Classification System (NAICS) number for this acquisition is 541350 with a size standard of $11,500,000. (v) Period of Performance (PoP): This will be a contract including one (1) base year and four (4) one-year options. (vi) Applicable FAR, DFARS, and DAFFARS provisions and clauses are posted within the with the Solicitation Model Contract. The provision at FAR 52.212-1, Instructions to Offerors � Commercial Items (Sep 2023), applies to this acquisition. Provisions and clauses can be viewed via internet at Acqusition.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: CAGE Code: Contractor Name: Payment Terms (NET30) or Discount: Point of Contact and Phone Number: Email Address: Warranty: Date Offer Expires: Proof of CMMC Level 1 Foundational compliance in SPRS module of PIEE: As of 10 November 2025, this is a mandatory requirement for contract eligibility when handling Federal Contract Information IAW DFARS 252.204-7021. It focuses on basic cyber compliance through an annual self-assessment. This means your organization is responsible for conducting its own assessment against the 15 security requirements specified in FAR 52.204-21. Please follow the guidance provided in the attached document titled �CMMC-PIEE SPRS Assessment Guide-Level 1� to assist in the preparation and submittal of your Level 1 Self-Assessment to SPRS. (ix) The provision at FAR 52.212-2 ""Evaluation -- Commercial Items"" applies to this acquisition. Addendum to the provision at FAR 52.212-2 ""Evaluation -- Commercial Items"": (a) The Government will award a contract resulting from this solicitation to the responsible contractor whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Evaluation will be conducted IAW FAR 52.212-2 and FAR 13.106-2. The following factors shall be used to evaluate responses: (1) Price, (2) Technical Acceptability, (3) Past Performance (b) BASIS FOR CONTRACT AWARD: This simplified acquisition is being issued on a Best Value basis. By submission of its offer in accordance with the instructions provided in provision FAR 52.212-1 ""Instructions to Offerors"" the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, the Model Contract, and technical requirements, in addition to those identified as evaluation factors. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: Price Evaluation. The agency will first rank quotations according to price, from lowest to highest, and will evaluate the lowest-priced quotation as either technically acceptable or unacceptable, reserving the right to evaluate additional quotations for technical acceptability if deemed to be in the best interest of the Government. Technical Requirement. Next, the Government will evaluate the technical submission from the lowest priced response. The technical submission will be rated �Acceptable� or �Unacceptable� based on the ability to fulfill all technical requirements IAW the SOW. If the lowest priced offeror is deemed to be acceptable, they will advance to the Past Performance evaluation. If the lowest priced offeror is deemed unacceptable, the next lowest priced offeror will be evaluated for technical acceptability. Past Performance: Provide at least 1 and no more than 3 past performance records that are recent (within 3 years), and relevant to demonstrate the ability to perform the proposed effort. The Government reserves the right to seek information on higher priced offerors if none of the lower priced responses allow for substantial confidence based on provided and independently obtained past performance information. (c) Government Discretion Regarding Interchanges: The Government intends to award a contract without Interchanges with respective vendors in accordance with FAR 52.212-1, Instruction to Offerors � Competitive Acquisitions. The Government, however, reserves the right to conduct Interchanges if deemed in its best interest. Interchanges may take place regarding any portion of the submission. The Government may conduct Interchanges with one, some, none or all vendors at its discretion. Interchanges do not require a distinction between whether the Interchange results in a change to a quotation or only clarifies an administrative matter or quotation mistake. The Government has discretion to evaluate all quote submissions before inciting Interchanges with vendors (through Interchange Notices or �INs�), and vendors do not have to be offered an opportunity to revise their quotation through a Final Quotation Revision (FQR). If, during the evaluation period, the Simplified Acquisition Team determines it to be in the best interest of the Government to hold Interchanges, vendor responses to INs and the FQR (if requested by the Government) will be considered in making the award decision. Note that in accordance with FAR 13, vendors do not have to be offered an opportunity to revise their quotation through a formal FQR. If the vendor�s quotation has been evaluated as acceptable at the time Interchanges are closed, any changes or exceptions in the FQR are subject to evaluation and may introduce risk that the vendor�s quotation be determined unacceptable and ineligible for award. (End of Addendum) (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications �Commercial Items (May 2024), with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions � Commercial Items (Nov 2023), applies to this acquisition. (xii) Additional Contract Requirement or Terms and Conditions: Please find the contemplated list of additional provisions/clauses within the attachment labeled �Statement of Work� 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.acqusition.gov/ (xiii) CLIN Structure can be found in the attached solicitation document: FA9301-26-Q-0003, CLINs 0001-4002. (xiv) Defense Priorities and Allocation System (DPAS): N/A ((xiv) Submissions are to be addressed to Air Force Test Center (AFTC), Directorate of Contracting � AFTC/PZIOB, 5 South Wolfe Avenue Building 2800, Edwards AFB, CA 93524, and are to be sent via email to the Contract Specialist, Alexia Del Real at alexia.del_real@us.af.mil, as well as the Contracting Officer, Suzanna Kussman, at suzanna.kussman@us.af.mil. Questions are due no later than 9 December 2025 at 3:00pm PST. Submissions are due no later than 15 Dec. 2025 at 3:00 p.m. PST. No hand delivered or mailed proposals will be accepted, only emailed responses will be considered or evaluated. Attachments: Solicitation Model Contract Statement of Work (SOW) Airfield Training Guide CMMC-PIEE SPRS Assessment Guide-Level 1 Kern County Wage Determination
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/60ab87030dfc42b7b97ea2fe96c85dd6/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN07653727-F 20251203/251201230031 (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.