Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 06, 2025 SAM #8776
SOLICITATION NOTICE

45 -- B101 Boiler replacement

Notice Date
12/4/2025 11:43:22 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423720 — Plumbing and Heating Equipment and Supplies (Hydronics) Merchant Wholesalers
 
Contracting Office
W7NU USPFO ACTIVITY OHANG 180 SWANTON OH 43558-9645 USA
 
ZIP Code
43558-9645
 
Solicitation Number
W50S8S26QA002
 
Response Due
12/11/2025 7:00:00 AM
 
Archive Date
12/26/2025
 
Point of Contact
2d Lt Adam Krouse, Phone: 4198684142, TSgt Cody Walker, Phone: 4198684314
 
E-Mail Address
adam.krouse@us.af.mil, cody.walker.12@us.af.mil
(adam.krouse@us.af.mil, cody.walker.12@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
** Correct NAICS SAM RFQ posting to match combined synopsis/solicitation. The correct NAICS is 423720. There are no further updates. ** * Update RFQ to attach photos of existing boiler. There are no further updates.* 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. This solicitation W50S8S26QA001 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04. This solicitation is being solicited as 100% small business set-aside. The NAICS code that applies is 423720 and is set at 200 employees. This action will result in a Firm-Fixed Price (FFP) purchase order, utilizing simplified acquisition procedures. The contractor shall provide all labor, equipment, material, tools, parts, shipping, and all other items necessary to provide the following items: CLIN:001 Description: Boiler replacement for building 101 in accordance with the Performance Work Statement (PWS) Quantity: 1 Unit of Issue: Each Description � Remove and dispose of the existing boiler system in Building 101, including associated piping, venting, and electrical components no longer required. Furnish and install a new boiler in Building 101 that meets or exceeds the following specifications. Minimum input of 285,000 BTU/hr and ?96% thermal efficiency and at least 100 gallons of storage. The new boiler shall be direct-vent, sealed combustion, and equipped with a stainless-steel heat exchanger and integrated combustion control system. Provide and connect all piping, venting, electrical, and control components necessary to make the system fully operational. The contractor shall furnish all labor, equipment, tools, appliances, transportation, materials, disposal services, and documentation required to complete the project in compliance with applicable codes and base standards. Location � 180th Fighter Wing, 2660 S Eber Rd., Swanton, OH 43558-9645 utilizing FOB Destination FAR 52.212-1 Instructions to Offerors � Commercial Products and Commercial Services (SEP 2023) ADDENDUM to 52.212-1 1.1 All questions regarding this RFQ shall be emailed to 180.fw.contracting@us.af.mil 1.2 Additional Quote Preparation Instructions 1.2.1 The offeror�s transmittal and cover letter for the quote must contain the name, phone number, and email address of the person to be contacted concerning any matter related to this solicitation. Include the following in your quote: CAGE Code, Unique Entity ID, Name, mailing address, website, date submitted and quote expiration date, delivery time/terms, and warranty information. ADDENDUM TO 52.212-2 1 BASIS FOR CONTRACT AWARD: This solicitation is for a FFP Contract. The Government intends to award a single contract to a qualified Offeror deemed responsible in accordance with the Federal Acquisition Regulation (FAR), whose quote conforms to all solicitation requirements and is judged to represent the Best Value to the Government. Best value is expected to result from the evaluation of technical acceptability, price, delivery, and information contained in the Supplier Performance Risk System (SPRS). 2 EVALUTION FACTORS FOR AWARD: The evaluation factors are (1) Technical, (2) Price, (3) Install, and (4) SPRS. To arrive at the Best Value decision, the Contracting Officer will integrate the evaluation of Technical, Price, Delivery, and SPRS. a) Technical Evaluation. Technical Capability will be evaluated on an Acceptable/Unacceptable basis. An offeror shall obtain an �Acceptable� rating to continue further in the competition. Offerors who are deemed to merit an �Unacceptable� rating in the Technical Capability Factor will be removed from further consideration for award. Once a minimum requirements are established, the team shall evaluate the offeror�s quote against these requirements to determine whether the quote is acceptable or unacceptable, using the description outlined below. Quotes are evaluated for acceptable or unacceptable, using the description outlined below. Quotes are evaluated for acceptability but not ranked using the non-price factors/subfactors. 1. Technical Documentation: a. Offeror shall provide a product specification sheet, adequate enough for the government to evaluate that the proposed products meet all requirements of this solicitation and PWS. 2. Standard: A technically acceptable rating is met when the offeror provides product specification sheets that clearly demonstrate all PWS characteristics. b) Price. The total quoted price from offerors determined technically acceptable will be evaluated. c) Delivery. Delivery terms contained in the offer will be evaluated. In general, meeting the Government�s period of performance in the PWS is considered more favorable to the Government. d) SPRS. The Government shall utilize information contained in SPRS, in available, as described in DFARS 252.204-7024. Offerors or quoters without a risk assessment in SPRS shall not be considered favorably or unfavorably. (End of provision) 52.232-18 Availability of Funds. As prescribed in 32.706-1(a), insert the following clause: Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government�s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) Offers are due by 10:00 A.M. EST 11 Dec 2025: email 180.fw.contracting@us.af.mil List of Attachments: Attachment 1: PWS B101 Replace HW Boiler Attachment 2: Clauses and Provisions Attachment 3: Solid Waste Tracking Form NG Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns with the National Guard (NG) as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods as if filed at the GAO, The NG protest decision goal is to resolved protests within 35 calendar days from filing. An agency protest may be filed with either the Contracting Officer or the NG Agency�s Protest Decision Authority, but not both, in accordance with NG protest procedures. To be timely, the protest must be filed with the periods specified in FAR 33.103. To file a protest under the NG Agency Protest Program, the protest must request resolution under that program and be sent to the address below: National Guard Bureau Office of the Director of Acquisitions/Head of Contacting Activity ATTN: NGB-AQ-O 111 S. George Mason Dr. Arlington, VA 22204 Email: ng.ncr.ngb-arng.mbx.ngb-task-order-ombudsman@mail.mil All other agency-level protests should be sent to the Contracting Officer for resolution at the address in the solicitation. See FAR clause 52.233-2
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d74fae6a03c54089a3cb403e7aa70d88/view)
 
Place of Performance
Address: OH 43558, USA
Zip Code: 43558
Country: USA
 
Record
SN07657785-F 20251206/251204230037 (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.