Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2025 SAM #8777
SOLICITATION NOTICE

W -- Symposium Audio-Visual Support

Notice Date
12/5/2025 7:29:56 AM
 
Notice Type
Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
FA3300 42 CONS CC MAXWELL AFB AL 36112-6334 USA
 
ZIP Code
36112-6334
 
Solicitation Number
RFI1787309
 
Response Due
12/12/2025 10:00:00 AM
 
Archive Date
12/27/2025
 
Point of Contact
A1C Alexia Lassin, Phone: 3349539376, Jeremy B. Kersey, Phone: 3349533526, Fax: 3349532198
 
E-Mail Address
alexia.lassin@us.af.mil, jeremy.kersey.1@us.af.mil
(alexia.lassin@us.af.mil, jeremy.kersey.1@us.af.mil)
 
Description
REQUEST FOR PROPOSAL AFROTC COMMANDERS� SYMPOSIUM A/V SUPPORT (THIS IS NOT AN ORDER) Purchase Request #: F2XJB15310AW01 Date issued: 5 Dec 2025 Issued by: 42nd Contracting Squadron Delivery: FOB Destination 50 LeMay Plaza, South Maxwell AFB, AL 36113-6334 Offeror Due Date: 12 Dec 2025 12:00 p.m. CST Primary POC: A1C Alexia Lassin Alt \ POC: Jeremy Kersey Phone: 334-953-9376 Phone: 334-953-3526 Email: alexia.lassin@us.af.mil Email: jeremy.kersey.1@us.af.mil GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg. 804, Maxwell AFB, AL has a requirement to purchase A/V support for the AFROTC Commanders� Symposium. This requirement is being solicited on the open market as a 100% Small Business Set-Aside. GSA or other Governmentide Acquisition Contracts (GWACs) will not be considered. Only quotes from SAM.gov vendors will be accepted. SCHEDULE OF SUPPLIES/SERVICES: ITEM 0001 Description of Requirement AFROTC HQ Commander's Symposium Audio/Visual Support Qty 1 EA DELIVERY INFORMATION: All items shall be shipped to the following address: Double Tree by Hilton Dallas Near the Galleria 4099 Valley View Lane, Dallas, TX 75244 INSTRUCTIONS TO GSA CONTRACTORS: 1. This will be a competitive firm-fixed priced delivery order on the open market. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. This solicitation is being issued on a competitive basis. To assure timely and equitable evaluation of quote, contractors must follow the instructions contained herein. Failure to meet a requirement may result in an offeror being ineligible for award. 2. Specific Instructions: a) Contractors must submit a dated quote with unit prices and extended prices in response to this solicitation. b) Service Capability: Contractors must submit information sufficient in detail to determine the capability of meeting all services as outlined in Schedule of Supplies/Services for CLIN 0001 IAW SOW para.�s 3.0-3.5. c) To be eligible to receive an award resulting from this RFP, contractors must be registered in the DoD Systems for Award Management database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220. d) Contractors must confirm country of origin. If any products offered are not a domestic, qualifying country, or designated country end product IAW DFARS 252.225- 7001 (Buy American and Balance of Payments Program), offerors are required to submit a completed copy of the DFARS 252.225-7000 (Buy American--Balance of Payments Program Certificate) certification, from SAM, with their quote. e) Section 889: Contractors must complete and return with quote the provisions 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and 52.204-26, Covered Telecommunications Equipment or Services-Representation. f) Responses to this notice shall be provided in writing via e-mail to the Contract Specialist, A1C Alexia Lassin, (334) 953-9376, alexia.lassin@us.af.mil and the Contracting Officer, Jeremy Kersey, (334) 953-3526, jeremy.kersey.1@us.af.mil. All responses shall be received by no later than 12 Dec 2025, 12:00pm CST. Email is the preferred method of contact. Upon receipt of your quote, the Government will confirm receipt within 24 hours. If a confirmation has not been received within 24 hours, please contact the Contract Specialist and the Contracting Officer identified in this notice. BASIS FOR CONTRACT AWARD 1. Award will be made to the lowest priced Contractor that meets the minimum criteria identified below. Quotes will be assigned ratings of Acceptable (clearly meets minimum requirements) and Unacceptable (does not clearly meet minimum requirements). Service Capability: Contractors submitted information shall be evaluated to ensure they are sufficient in detail to determine the capability of meeting all services as outlined in Schedule of Supplies/Services for CLIN 0001 IAW SOW para.�s 3.0-3.5. 2. Price. The Government may use any of the following price analysis techniques IAW FAR 13.106-3(a) to determine price reasonableness: competitive quotes, comparison of the proposed price with prices found reasonable on previous purchases, a comparison with similar items in a related industry, comparison to an independent Government estimate, or any other reasonable basis. ATTACHMENTS (2): Attachment 1 � Statement of Work Attachment 2 � Clauses and Provisions
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a3ce7838d0e243d780a250504695f3a7/view)
 
Place of Performance
Address: Dallas, TX 75244, USA
Zip Code: 75244
Country: USA
 
Record
SN07658680-F 20251207/251205230032 (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.