SOLICITATION NOTICE
41 -- B469 Cooling Tower
- Notice Date
- 3/3/2026 1:46:28 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
- ZIP Code
- 29404-5021
- Solicitation Number
- FA441826Q0008
- Response Due
- 3/5/2026 10:00:00 AM
- Archive Date
- 03/10/2026
- Point of Contact
- Daniel Teeter, Phone: 8439637744, Taylor K. McDaniel, Phone: 8439634491
- E-Mail Address
-
daniel.teeter@us.af.mil, taylor.mcdaniel.1@us.af.mil
(daniel.teeter@us.af.mil, taylor.mcdaniel.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICITATION FY26 � Building 469 Cooling Tower JOINT BASE CHARLESTON (JB CHS), SC FA441826Q0008 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. Solicitation number FA441826Q0008 is issued as a request for quotation (RFQ) for one (1) Open Circuit Induced-draft Vertical Discharge Cooling Tower (EVAPCO MODEL AT 29-4K21 or equivalent). 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. This is not a Defense Priorities and Allocations System (DPAS) rated acquisition. (ii) A list of line-item number(s) and items, quantities, and units of measure (including option(s), if applicable) (see attached RFQ pricing sheet Attachment One). (iii) In accordance with FAR 12.102, this is a Combined Synopsis/solicitation for a commercial supply item with incidental commercial services. The contractor shall provide one (1) Open Circuit Induced-draft Vertical Discharge Cooling Tower (EVAPCO MODEL AT 29-4K21 or equivalent). The requirement includes delivery, a five-year parts and labor warranty, and factory start-up and commissioning by a manufacturer's representative in accordance with the Salient Characteristics (see Attachment Two). (iv) Delivery will be made 12-16 weeks ARO. The location of delivery and acceptance is 213 N. Davis Dr, Joint Base Charleston � Air Base, SC 29404-5021. This acquisition shall be f.o.b. destination. (v) See Attachment Three for a list of solicitation provisions that apply to this acquisition. (vi) See Attachment Three for a list of contract clauses that apply to this acquisition. (vii) Offers are due no later than Thursday, 05 Mar 2026 at 1:00 PM EST. Quotes shall be submitted via email to the points of contact listed in section (viii)(1). (viii) (1) Points of Contact � Primary POC: Daniel Teeter, Contract Specialist, daniel.teeter@us.af.mil, 843-963-4541 Alternate POC: Taylor McDaniel, Contracting Officer, taylor.mcdaniel.1@us.af.mil, 843-963-4491 628th Contracting Squadron 101 E. Hill Blvd., Joint Base Charleston, SC 29404-5021. (2) This acquisition is a Total Small Business Set-Aside. (3) The Product Service Code for this acquisition is 4120 (Air Conditioning Equipment). The NAICS code for this acquisition is 333415 (Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing), with an associated small business size standard of 1,250 employees. (4)(i) The contractor shall provide one (1) Open Circuit Induced-draft Vertical Discharge Cooling Tower (EVAPCO MODEL AT 29-4K21 or equivalent). The requirement includes delivery, a five-year parts and labor warranty, and factory start-up and commissioning by a manufacturer's representative in accordance with the Salient Characteristics (see Attachment Two). (ii) Instructions and Evaluation Criteria � (A) FAR Provision 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services applies to this acquisition and the following addendum applies. At a minimum, the offeror shall: (1) There are three (3) attachments: Attachment One: RFQ Fill-in Sheet Attachment Two: Salient Characteristics Attachment Three: Provisions and Clauses (2) A response to this RFQ shall consist of (1) completion of Attachment One: RFQ Fill-in Sheet to include the submission of product data specification(s) sheet(s). (3) A Firm Fixed Priced Purchase Order is anticipated. (4) Offerors may submit questions relating to this acquisition to the following individuals: daniel.teeter@us.af.mil and taylor.mcdaniel.1@us.af.mil. (5) Quotes shall remain valid for at least 45 days following the RFQ closing date. (6) All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award. Note: .zip files are not an acceptable format for the Air Force Network and will not go through our email system. (B) FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition with the following Addenda; (1) The contract award will be made to the responsible offeror submitting the lowest-priced, technically acceptable offer that conforms to the solicitation requirement. (2) Offers will ?rst be arranged according to price, from lowest priced offer to the highest priced offer. (3) The lowest priced quotation will then be evaluated to determine technical capability. Technical capability is defined as follows: a. Technically acceptable � Offeror provides all requirements listed within Attachment Two: Salient Characteristics. b. Technically unacceptable � offeror does not provide all requirements listed in Attachment Two: Salient Characteristics (4) If the lowest priced quotation is determined to be technically acceptable, then the offer represents the best value for the Government, and the evaluation process stops at this point. If the lowest priced quotation is not determined to be technically acceptable, then the next lowest priced quotation will be evaluated, and the process will continue until an offer is found to be technically acceptable, or until all offers have been evaluated. The Government shall then make a best value award decision. (5) The Government intends to award a contract without interchanges with respective offerors. The Government, however, does reserve the right to hold interchanges with one, some, none, or all offerors. (iii) This acquisition is not subject to the World Trade Organization Government Procurement Agreement (WTO GPA) or any Free Trade Agreements. (iv) Reserved. (v) Reserved. (vi) All responsible sources may submit a quotation, which will be considered by the agency. (vii) Reserved. (viii) To be eligible for award offerors must provide a copy of quoted product data specifications which must meet the salient characteristics identified in Attachment Two.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b2aa16d09812437f9d7db95c1718e07f/view)
- Place of Performance
- Address: Charleston AFB, SC 29404, USA
- Zip Code: 29404
- Country: USA
- Zip Code: 29404
- Record
- SN07732673-F 20260305/260303230041 (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 |