SOLICITATION NOTICE
H -- Fire Door Inspection Services
- Notice Date
- 7/23/2025 9:59:29 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- FA8501 OPL CONTRACTING AFSC/PZIO ROBINS AFB GA 31098-1672 USA
- ZIP Code
- 31098-1672
- Solicitation Number
- FA850125Q0055
- Response Due
- 7/29/2025 2:00:00 PM
- Archive Date
- 08/13/2025
- Point of Contact
- TSgt Justice Jaeger, Kevin Hinman
- E-Mail Address
-
justice.jaeger@us.af.mil, kevin.hinman.2@us.af.mil
(justice.jaeger@us.af.mil, kevin.hinman.2@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial products or commercial services 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. This notice is issued as a request for Quotation (RFQ) with the reference number of FA850125Q0055. This solicitation notice and all incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 dated June 11, 2025 This requirement will be a full and open competition under the following NAICS and size standards: NAICS: 561621; Security Systems Services (except Locksmiths) Size Standard: $25,000,000.00 This Solicitation and subsequent quotes will use the following Contract Line Items (CLINs) format below: CLINs: Please see solicitation docuemnt for CLIN structure UOI: 40 EACH (ESTIMATED) DESCRIPTION: Overhead Fire Door Test and Inspection (Base Year) The US Government has a requirement for annual testing and inspection of an estimated amount of fourty (80) each Fire Doors on Robins AFB comprising of an estimated amount of fourty (40) doors owned by the 78 ABW and partnered organizations (CLIN 0001) and fourty (40) doors owned by the Warner Robins Air Logistics Center (CLIN 0002). All doors must be tested by qualified personnel in accordance with NFPA and requirements as laid out in the Statement of Work. The provision 52.212-1; Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. The provision is incorporated by reference and can be viewed at https://www.acquisition.gov/far/52.212-1. The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, is applicable to this requirement. The specific evaluation criteria determined by the Contracting officer in paragraph (a) is as follows: �The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:� Lowest Firm Fixed Price that meets the Technical characteristics identified in this solicitation. Offerors are advised to include with their quotes a completed copy of the requirements stated in the provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. Failure to do so may disqualify the offeror from award. The provision and subsequent clause 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition and is incorporated by reference. The provision and subsequent clauses at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services applies to this acquisition. The DOD, based upon audit findings, has renewed its focus on Financial Capability/Responsibility of federal contractors who receive awards. As such, the USG requests the following in the event that we eventually award you a contract under this effort: Please provide a narrative statement from your company on how you can successfully cover your financial responsibilities for the duration of the contract, which has an estimated value of $150,000.00 within the next 5 years under this contract. Along with this narrative, please provide any substantiating documentation that you feel would bolster your position. Examples of substantiating documentation can be found at DFARS 232.072-2. Please include this information with your offer by the requested date but no later than 1 August 2025. Lastly, for your awareness, requests for pre-award surveys of your companies were sent to DCMA. We are doing the above in parallel with that effort in the event that DCMA�s review timeline exceeds our award schedule. Do not be surprised if you hear from them soon as well. Quotes will be due no later than 1700 EDT on 23 July 2025 via email correspondence to the individuals identified below. AMEND 01 - This Solicitation is currently amended to provide attached RFI Responses dated 18 July 2025. The solicitation closing date is unaffected by this amendment. AMEND 02 - This Solicitation is hereby amended to extend the offer due date to 29 July 2025 @ 1700. Please find attached amendment document on posting. Any questions regarding this Solicitation can be directed to TSgt Justice Jaeger @ justice.jaeger@us.af.mil or Kevin Hinman @ kevin.hinman.2@us.af.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/39109f65b46146e59e716f0e46008fd8/view)
- Place of Performance
- Address: Warner Robins, GA 31098, USA
- Zip Code: 31098
- Country: USA
- Zip Code: 31098
- Record
- SN07520493-F 20250725/250723230045 (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 |