MODIFICATION
D -- Local Telephone Services
- Notice Date
- 5/7/2025 11:37:20 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517111
—
- Contracting Office
- W7NU USPFO ACTIVITY OHANG 121 COLUMBUS OH 43217-1161 USA
- ZIP Code
- 43217-1161
- Solicitation Number
- W50S8P25QA005
- Response Due
- 6/6/2025 12:00:00 PM
- Archive Date
- 06/21/2025
- Point of Contact
- Ryan Thompson, Phone: 6144924569, Daniel Nuttall, Phone: 6144924232
- E-Mail Address
-
121.MSG.Contracting@us.af.mil, daniel.nuttall.2@us.af.mil
(121.MSG.Contracting@us.af.mil, daniel.nuttall.2@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for 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; quotations are being requested, and a written solicitation will not be issued. The solicitation number assigned to this action is W50S8Q-25-Q-A005. This acquisition is utilizing procedures in FAR Subpart 13, Simplified Procedures, and is issued as a Request for Quote (RFQ) from the 121 MSG/MSC, Rickenbacker ANGB, OH 42317. The applicable North American Industry Classification System (NAICS) code is 517111, with a size standard of 1,500 employees. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2025-03 dated 17 January 2025 and the Defense Acquisition Regulation (DFARS) Change Notice 20250117. The Ohio Air National Guard intends to issue a firm-fixed priced purchase order to procure Local Telecommunication Services for the 121st Air Refueling Wing at Rickenbacker Air National Guard Base, Columbus, Ohio. The contractor shall provide all management, transportation, labor, superintendence, and quality assurance necessary to perform all telephone services at the Rickenbacker ANGB and Zanesville ANGB, in strict accordance with the Performance Work Statement (PWS). The Government intends to place a single, Firm-Fixed Price contract without discussions. Therefore, offerors should submit their best offer up front. Do not assume you will be able to revise your offer. Evaluation of Offers: Evaluation of quotes will be conducted using Simplified Acquisition Procedures (SAP) in accordance with FAR 13.106-2. The evaluation for this acquisition will be solely based on best value. Best value means the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. In this case, evaluation factors to be considered are technical, past performance, and price. Offerors must submit sufficient descriptive data to validate each item proposed meets the salient characteristics in the DESCRIPTION column below. By signing its offer, the offeror certifies that each price stated on each CLIN includes an appropriate apportionment of all costs, direct and indirect, all state and local taxes, overhead, and profit. See attachments for complete combined synopsis/solicitation and instructions on providing a quote.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/14b6446a0cbc4b73965fe205d5b9f006/view)
- Place of Performance
- Address: Columbus, OH 43217, USA
- Zip Code: 43217
- Country: USA
- Zip Code: 43217
- Record
- SN07433695-F 20250509/250507230042 (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 |