SOLICITATION NOTICE
83 -- Field Tents and Flies for Remote Field Camps
- Notice Date
- 6/18/2025 4:03:52 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 314910
— Textile Bag and Canvas Mills
- Contracting Office
- DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
- ZIP Code
- 64106
- Solicitation Number
- 1333MF25Q0031
- Response Due
- 7/2/2025 2:00:00 PM
- Archive Date
- 07/17/2025
- Point of Contact
- Stephanie Fisher, Phone: 8087255633
- E-Mail Address
-
stephanie.fisher@noaa.gov
(stephanie.fisher@noaa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICITATION 1333MF25Q0031 - Field Tents and Flies for Remote Field Camps (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number 1333MF25Q0031. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 (Jan 2025) (Deviation 2025-07) (May 2025). (iv) This solicitation is being issued as a total Small Business Set-Aside. The associated NAICS code is 314910. The small business size standard is 500 employees. (v) This combined solicitation/synopsis is for purchase of the following commercial item(s): CLIN 0001 Purchase of qty. (5) tents and qty. (2) flies in accordance with the Statement of Need. Deliver by 12/31/2025. All offered products must meet the requirements of Buy American-Supplies to be considered. Provide verification of the country of manufacture for offered products. (vi) Description of requirements is as follows: See attached Statement of Need. (vii) Date(s) and place(s) of delivery and acceptance: Deliver by 12/31/2025. Delivery shall be FOB Destination to 1845 Wasp Blvd., Bldg. 176, Honolulu, HI 96818. (viii) FAR provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sept 2023), applies to this acquisition and can be found on the Request for Quote attachment. (ix) FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services (Nov 2021), applies to this acquisition and can be found on the Request for Quote attachment. (x) FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024) (Deviation 2025-02) (Deviation 2025-03) (Feb 2025), applies to this acquisition and can be found on the Request for Quote attachment. Offerors are advised to include a completed copy of the provision with its offer, unless the offeror�s Reps & Certs section on SAM.gov is accurate and current. Per Deviation 2025-02/03: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. (xi) FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023), applies to this acquisition and can be found on the Request for Quote attachment. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Jan 2025) (Deviation 2025-02) (Deviation 2025-03) (Feb 2025), applies to this acquisition and can be found in full text on the Request for Quote attachment. (xiii) Any additional contract requirement(s) or terms and conditions that apply can be found on the Request for Quote attachment. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (xv) Quotes are required to be received in the contracting office no later than 5:00PM EST on July 2, 2025. All quotes must be submitted electronically via email to Stephanie.Fisher@noaa.gov. (xvi) Any questions regarding this solicitation should be submitted electronically via email to Stephanie Fisher, Stephanie.Fisher@noaa.gov. 1352.215-72 Inquiries (Apr 2010) OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO STEPHANIE FISHER AT STEPHANIE.FISHER@NOAA.GOV. QUESTIONS SHOULD BE RECEIVED NO LATER THAN June 25, 2025 at 5PM EST. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023) NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. 1. Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation. Quote documents shall include signed copies of the SF 18 and SF 30(s) to acknowledge any applicable amendments. Email quotes are required and can be sent to STEPHANIE.FISHER@NOAA.GOV. 2. Offeror shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote. 3. Offerors shall assume that the Government has no prior knowledge of them or their capability. 4. Offerors must provide all evaluation criteria in accordance with FAR 52.212-2. Offerors who do not provide all evaluation criteria may not be considered. Evaluation Criteria: 1. Specification Sheet. Proposals should include a detailed description and drawings of each item including construction materials, assembly instructions, assembled dimensions, and disassembled dimensions for transport. 2. Price. Proposals should include the cost for each size tent, fly, frame (if included) and couplers (if poles not included), including shipping FOB to Honolulu, HI 3. Ability to meet delivery date of 12/31/2025 THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR�S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT. FAR 52.212-2 Evaluation- Commercial Products and Commercial Services (Nov 2021) Offers will be evaluated based on price and the factors set forth in paragraph (a). 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. Paragraph (a) is hereby completed as follows: Evaluation will be based on the following pass/fail criteria; 1. Specification Sheet. Proposals should include a detailed description and drawings of each item including construction materials, assembly instructions, assembled dimensions, and disassembled dimensions for transport. 2. Price. Proposals should include the cost for each size tent, fly, frame (if included) and couplers (if poles not included), including shipping FOB to Honolulu, HI. 3. Ability to meet delivery date of 12/31/2025. The Government intends to award a low priced, technically acceptable, firm fixed-price purchase order on an all or none basis with payment terms of Net 30. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5c475fbd3b894883bcb6876d7e1be3d8/view)
- Record
- SN07483164-F 20250620/250618230338 (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 |