Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2026 SAM #8860
SOLICITATION NOTICE

W -- 2026 TAFB Air Show Tents, Tables, Chairs and Linens Rental

Notice Date
2/26/2026 3:02:29 PM
 
Notice Type
Solicitation
 
NAICS
532289 — All Other Consumer Goods Rental
 
Contracting Office
FA4427 60 CONS LGC TRAVIS AFB CA 94535-2632 USA
 
ZIP Code
94535-2632
 
Solicitation Number
FA442726Q1009
 
Response Due
3/9/2026 12:00:00 PM
 
Archive Date
03/09/2026
 
Point of Contact
Shepard Hicks, Phone: 7074247753, SSgt Alexander Love Gaunt, Phone: 7074247728
 
E-Mail Address
shepard.hicks@us.af.mil, alexander.love_guant@us.af.mil
(shepard.hicks@us.af.mil, alexander.love_guant@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Solicitation for Commercial Items 26 February 2026 MEMORANDUM FOR ALL PROSPECTIVE OFFERORS FROM: 60TH CONTRACTING SQUADRON 350 HANGAR AVE, BLDG. 549 TRAVIS AFB, CA 94535-2632 SUBJECT: Request for Quotation (RFQ), FA4427-26-Q-1009, Wings Over Solano Air Show Tents, Tables, Chairs and Linens Rental 1. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. 2. Solicitation number FA442726Q1009 is issued as a request for quotation (RFQ), for the Wings Over Solano Air Show for the rental of tents, tables, chairs and linens. 3. This acquisition is set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov. 4. This is not a Defense Priorities and Allocations System (DPAS) rated acquisition. 5. The contractor shall provide the requirement under a Firm Fixed Priced contract in accordance with (IAW) attached Statement of Work (SOW). Vendor Information Business Name:__________________________________________________________ Address: _______________________________________________________________ CAGE Code: ____________________________________________________________ SAM UEI: __________________ SAM Registration Expiration Date: ______________ Socioeconomic Status (Check all that apply): ( ) Small Business ( ) SDB ( ) HUBZone ( ) Woman-Owned SB ( ) SDVOSB ( ) 8(a) ( ) EDWOSB ( ) Other � Please State: Point of Contact Name/Phone Number: _______________________________________ Point of Contact Email: ____________________________________________________ CLIN SUPPLIES/SERVICES REQUESTED QTY U/I Unit Price Extended Amount 0001 Tents, Tables, Chairs, and Linens Rental with Setup and Tear Down. 1 LOT $ $ TOTAL COST (USD): $ QUOTE EXPIRATION DATE: PROPOSED WARRANTY (IF APPLICABLE): 6. The contractor shall provide, installation, set up, tear town, and removal of the following: event tents, tables, chairs, and table linens on 23 April 2026 with removal on 26 April 2026 as identified in the attached SOW. 7. Period of performance is 23 April 2026 � 26 April 2026. This acquisition shall be F.O.B Destination to Travis AFB and a specific location shall be determined upon time of award. 8. See Attachment #7 for a list of solicitation provisions that apply to the acquisition. 9. See Attachment #7 for a list of contract clauses that apply to the acquisition. 10. The date, time, and place for receipt of offer. Posted Date: 26 February 2026 RFQ Response Deadline: 09 March 2026 12:00 PM PST. Offers of offer revisions received after the solicitation close date/time will not be accepted unless requested by the CO. Submission Method Offers must be submitted electronically via email to both Point of Contacts Questions (If needed) All questions concerning this solicitation must be submitted to the Point of Contacts no later than 03 March 2026 at 4:30 PM PST. Any inquiry submitted past this deadline will not be accepted. 11. Point of contact. Contract Specialist Shepard Hicks shepard.hicks@us.af.mil Contracting Officer Alexander J. Love Gaunt alexander.love_gaunt@us.af.mil Organization Address 60th Contracting Squadron (60 CONS) 350 Hangar Avenue, Bldg 549, Travis AFB, CA, 94535 12. This acquisition is a total Small Business Set-Aside (see part 19) 13. The Product Service Code for this acquisition is W071. The NAICS code for this acquisition is 532289. 14. Description: a. Please reference Attachment 1 � SOW Tents Tables Chairs and Table Lines for the description. b. The provision at FAR 52.212-1, Instructions to Offeror � Commercial Products and Commercial Services applies to this solicitation. In addition, the following addendums identified below applies. (1) Addendum to FAR 52.212-1(a) Submission of offers. (a) The Offeror shall complete the Vendor Information and Pricing section under paragraph 5 of this solicitation. (b) The Offeror shall complete and submit the Contractor Responsibility Verification form (Attachment 2), along with supporting documentations required by the form. (c) The Offeror shall submit a Technical Capability Statement that strongly supports the contractor�s ability to satisfy the contract requirements IAW the PWS. The information submitted must be sufficient for the Government to assess if your capability will successfully satisfy the requirements of PWS. (d) The offeror shall submit references by completing the Past Performance List of References (Attachment 4), for contracts that you consider relevant in demonstrating your ability to fulfil the requirement of the PWS. Additionally, the offeror shall ensure that the references listed in Attachment 4 are provided with the Past Performance Questionnaire (PPQ) (Attachment 3) for completion. The PPQ�s are to be submitted by your listed references to our office. Previous PPQs are accepted, however they must be recent (within the last three (3) years from date of receipt of solicitation) and must be relevant to the requirement of the PWS. (Note: In situations where no PPQ is received, the Government will contact the references provided in Attachment 4 to verify past performance. And as necessary, the CO�s knowledge of the contractor�s past performance will be used). (e) The contractor�s offer must meet the minimum requirements of the solicitation. Unless requested from the Contracting Officer, quote revisions received after the solicitation close date/time will not be accepted. Responses should contain your best terms and conditions. The government reserves the right to evaluate the quotes and award without interchanges. (f) The government will not accept any refurbished equipment; all equipment provided must be new. (g) Addendum to FAR 52.212-1(b) Period for Acceptance of Offers. The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. c. The provision at 52.212-2 Evaluation�Commercial Products and Commercial Services applies to this solicitation. In addition, the following addendums identified below applies. (1) The addendum to FAR 52.212-2, Evaluation - Commercial Products and Commercial Services (Date) as provided below applies to this acquisition. (2) The Government will award a contract to the responsible offeror whose offer conforming to the solicitation will provide the best value to the Government. The best value for the Government is an offer that has a fair and reasonable price, an offeror with a satisfactory or above past performance, and an offer that meets or exceeds the technical requirements of the SOW. The Government, in its best interests, reserves the right to consider a quotation other than the lowest price technically acceptable whose offer provides additional benefit(s). Once the Government has determined the best value offer, the Government is under no obligation to evaluate further offers. (3) The following factors shall be used to evaluate offers: (a) Past Performance � The Government will review the contractor's submitted past performance reference list to verify if the contractor has completed similar work and has performed satisfactory in the past. The review includes but is not limited to: verifying if any previous Federal Contracts performed by the offeror has been rated in the Contractor Performance Assessment Reporting System (CPARS), verifying the Past Performance Questionnaires (PPQ) submitted by the offeror's references, and contacting the references provided by the offeror to verify past performance if no PPQ was received and is deemed necessary by the Government. Additionally, the Government reserves the right to use the CO�s knowledge of the contractor�s past performance. Acceptable Unacceptable The offeror's past performance on recent (within the last three (3) years from the date of the solicitation) and relevant contracts previously performed by the contractor have been consistently rated satisfactory or above, and/or does not have any concerning past performance deficiencies. The offeror's past performance on recent (within the last three (3) years from the date of the solicitation) and relevant contracts previously performed by the contractor have consistently received ratings below satisfactory, and/or have received concerning past performance deficiencies. (b) Technical Evaluation � The Government will review the contractor�s Technical Capability Statement and evaluate if it will successfully satisfy the requirements of SOW. The rating table provided below will be used to evaluate Technical Capability. Acceptable Unacceptable The offeror�s technical capability statement provided sufficient information regarding their ability to successfully fulfill the requirement of the PWS. The offeror�s technical capability statement did not provide sufficient information regarding their ability to successfully fulfill the requirement of the PWS. (c) Price � The Government will evaluate if the offeror�s total proposed price is fair and reasonable. A comparison of proposed prices received in response to the solicitation is the preferred and intended price analysis technique. If adequate price competition is not feasible, the techniques and procedures described under FAR 13.106-3(a) will then be followed. (5) A written notice of award or acceptance of an offer shall be furnished to the successful offeror. The resultant award shall therefore be binding without further action by either party unless the Contracting Officer requests a written confirmation or signature from the contractor. (6) Anticipated Award Date: 20 March 2026 c. The items are not subject to the WTO GPA and/or a Free Trade Agreement by citing the FAR Clause and Required language shown at FAR 5.101(4)(iii). d. Technical Data: All necessary information is contained within this solicitation and its attachments. e. Reserved. f. All responsible sources may submit a quotation and will be considered. g. Reserved. h. Reserved ATTACHMENTS Statement of Work (SOW) Tents Tables Chairs and Table Linens Contractor Responsibility Verification Past Present Performance Questionnaire Past Performance List of References TAFB Security Requirements Wage Determinations Provisions and Clauses
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2f15e58084b848ba8cd22e68dc608a79/view)
 
Place of Performance
Address: Travis AFB, CA 94535, USA
Zip Code: 94535
Country: USA
 
Record
SN07728144-F 20260228/260226230037 (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!  © 1994-2026, Loren Data Corp.