MODIFICATION
S -- Walk Off Carpet Service - Rome NY
- Notice Date
- 2/10/2026 8:20:15 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561740
— Carpet and Upholstery Cleaning Services
- Contracting Office
- DEFENSE FINANCE AND ACCOUNTING SVC COLUMBUS OH 432131152 USA
- ZIP Code
- 432131152
- Solicitation Number
- HQ042326QE020
- Response Due
- 3/12/2026 1:00:00 PM
- Archive Date
- 03/27/2026
- Point of Contact
- Miranda Amir
- E-Mail Address
-
Miranda.J.Amir.civ@mail.mil
(Miranda.J.Amir.civ@mail.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Defense Finance and Accounting Service (DFAS) Contract Services Directorate (CSD) is issuing a Request for Quotation (RFQ) for the purchase of supplies/services specified in the attached Performance Work Statement (PWS). Quotation evaluation will be conducted in accordance with FAR 13.106-1(b)(1)(i), with the intention to award a purchase order to one vendor. The solicitation number is HQ042326QE020 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06. SET ASIDE: This requirement is solicited as full and open competition, with HUBZone Price Evaluation Preference. The associated NAICS is 561740 and the small business size standard is $8.5M. PERIOD OF PERFORMANCE: A base and four (one year) option-year periods anticipated to beginning on May 1, 2026. Base Year: May 01, 2026 � April 30, 2027 Option Year 1: May 01, 2027 � April 30, 2028 Option Year 2: May 01, 2028 � April 30, 2029 Option Year 3: May 01, 2029 � April 30, 2030 Option Year 4: May 01, 2030 � April 30, 2031 ISSUED BY: Point of Contact: Miranda J. Amir DFAS Contract Services Directorate 3990 E. Broad Street, Building 21 Columbus, OH 43213-1152 Phone Number: 667-894-6568 E-mail address: miranda.j.amir.civ@mail.mil CONTRACTING OFFICER: Point of Contact: Miranda J. Amir Quotations shall be received by email to Miranda Amir at miranda.j.amir.civ@mail.mil by 4:00 PM EST, March 12, 2026. There is a 15MB limit for all email submissions. Questions regarding this solicitation are due to Miranda Amir at miranda.j.amir.civ@mail.mil by 11:00 AM EST, March 05, 2026. Questions will be answered at the discretion of the Contracting Officer. DFAS reserves the right to accept a late quote if the late quote would not unduly delay the acquisition and the contracting officer makes the determination that it is in the best interests of the Government to accept the �late� quote. GENERAL INSTRUCTIONS: Quotations shall include the RFQ number, date of submittal, the vendor�s name, address, CAGE, POC name, phone number, and email. Quotes shall include the following attachments: � The first attachment represents the quoter�s response to Technical Approach. � The second attachment represents the quoter� response to the SF1449, showing unit and extended pricing. Please complete and submit the Schedule of Items Attachment to fulfill this requirement. � The third attachment represents completed fill in clauses � Vendors may use the body of the email as a cover letter. � All emails shall include the RFQ number in the subject line. Note: There is a 15MB limit for email submissions. SUBMISSION INSTRUCTIONS: 1. Technical Approach: Quoters shall provide a detailed description of their technical approach for meeting the Performance Work Statement (PWS) requirements. Submissions must clearly demonstrate an understanding of and ability to fulfill all PWS requirements, including those identified in Section 3.0 Performance Requirements. The Technical Approach must be submitted electronically in a readable format (e.g. Adobe PDF, Microsoft Word, PowerPoint or Excel). All documents must use 8 � x 11-inch pages, single-spaced, with one-inch margins on all sides, and a minimum 12-point font. The Technical Approach is limited to a maximum of five (5) pages. Pages exceeding this limit will not be reviewed or considered. 2. Price Quote: Quoters shall provide pricing for all CLINs listed in SF1449 and include additional attachments as applicable. Prices should be submitted as a firm fixed price showing unit and extended pricing for the base period and all option periods. The price shall include all labor, materials, equipment, and travel necessary to provide the supplies/services as required by the PWS. To permit a thorough and effective evaluation, all submissions shall be as concise, complete and clear as possible to permit the Government to make an evaluation without further discussions. The Government reserves the right to make a determination based solely on the information submitted and proceed without clarifications or discussions. EVALUATION: The basis for award selection is Lowest Price Technically Acceptable (LPTA). The Government will award a single contract resulting from this announcement to the responsible quoter whose quote conforms to the solicitation and provides the lowest price that meets all required technical aspects of the Performance Work Statement (see Attachment 1). To be technically acceptable the offeror shall not take any exceptions to the RFQ. To be considered for award, offeror must have an active SAM.gov registration. The Government will begin the evaluation process with a ranking based on the Total Evaluated Price from the lowest to highest price. Following the price ranking, only the lowest priced offeror(s) will be evaluated for technical acceptability. If acceptable, the evaluation will stop at that point and award will be made to the lowest priced technically acceptable offeror. If unacceptable, the Government will continue to review quotes in order of price until evaluating one that is technically acceptable and eligible for award. The Government reserves the right to conduct additional technical evaluations as deemed necessary. PROVISION/CLAUSE FILL-INS: The Offeror shall complete representations and certifications, if not already available in on SAM.gov; otherwise, the quoter shall submit the full text version with fill-ins completed at the time of quotation. Full text of provisions/clauses may be accessed electronically at www.acquistion.gov. PROTESTS: Companies protesting this procurement may file a protest 1) with the contracting officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity�s Chief of the Contracting Office. A protest filed with the agency per # 3) should clearly state that it is an ""Agency Level Protest under Executive Order No. 12979."" Absent a clear indication of the intent to file an agency level protest, a protest will be presumed to be a protest to the contracting officer. Upon request, the agency will consider an independent review at a level above the contracting officer for protests filed with the agency per #3). PLEASE NOTE: A quotation does not constitute an award; therefore, an obligation to your company is not official until you receive a purchase order for this service. LIST OF ATTACHMENTS: The following are attached and included as part of this RFQ: 1. Performance Work Statement 2. Schedule of Items Table 3. Solicitation with Applicable Clauses and Provisions
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/953004682e5f427eaa55de8abfcbda3b/view)
- Place of Performance
- Address: Rome, NY 13441, USA
- Zip Code: 13441
- Country: USA
- Zip Code: 13441
- Record
- SN07710677-F 20260212/260210230041 (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 |