Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 04, 2025 SAM #8591
SOLICITATION NOTICE

J -- GILMAN/GISHOLT BALANCE and CALIBRATION

Notice Date
6/2/2025 10:31:40 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
FA930125Q0002
 
Response Due
6/13/2025 3:00:00 PM
 
Archive Date
06/28/2025
 
Point of Contact
Richard Godoy, Christopher Barnes
 
E-Mail Address
richard.godoy@us.af.mil, christopher.barnes.50@us.af.mil
(richard.godoy@us.af.mil, christopher.barnes.50@us.af.mil)
 
Description
**Amendment 01 - (Q&A). 1. Previous incumbent is Balanstar Corporation. Contract number: FA930220C0004.** (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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for requirement. (ii) Solicitation Number: FA930125Q0002 **Please provide the full solicitation number on all packages** Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote including delivery FOB Destination Edwards AFB CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted. This solicitation is issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2025-01 and DPN 20241115 and DAFAC 2024-0612. (iv) THIS REQUIREMENT WILL BE: 100% SMALL BUSINESS SET-ASIDE if the following exists after the proposal submissions, The ""Rule of Two"" (FAR 19.502-2): A contracting officer must set aside an acquisition for small businesses when: There is a reasonable expectation that at least two or more responsible small business concerns will submit offers; and The award will be made at a fair market price. The North American Industry Classification System (NAICS) number for this acquisition is 811210 with a size standard of $34,000,000.00. (v) CLIN Nomenclature CLIN 0001 � BALANCER SERVICE CLIN 1001 � BALANCER SERVICE CLIN 2001 � BALANCER SERVICE CLIN 3001 � BALANCER SERVICE CLIN 4001 � BALANCER SERVICE (vi) Description of services to be acquired: The Air Force Test Center (AFTC), Edwards Air Force Base (EAFB), CA has a requirement to calibrate two each GILMAN/GISHOLT BALANCE machines twice annually to bring the machines sensitivity within original equipment manufacturers specifications. The Statement of Work (SOW) dated 1 Jan 2025 (Attachment 1 - SOW - Balance and Calibration Services - 1 Jan 2025) defines the requirement and the acceptability criteria. (vii) Period of Performance (PoP): Anticipated PoP is 1 July 2025 � 30 May 2030. (viii) The provision at 52.212-1, Instructions to Offerors � Commercial Items (Sep 2023), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/ ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items (Sep 2023) Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: DUNS Numbers: TIN Number: CAGE Code: Contractor Name: Payment Terms (net30) or Discount: Point of Contact and Phone Number: Email address: FOB (destination or origin): Warranty (if applicable): Date Offer Expires: (ix) The provision at 52.212-2, Evaluation - Commercial Items (Nov 2021) applies to this acquisition. ADDENDUM to 52.212-2, Evaluation � Commercial Items (Nov 2021). 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. Basis for Award. The Government will award a contract 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: Technical capability of the item offered to meet the Government requirement. Your quote package MUST include Past Performance. Information should clearly show and demonstrate your company's ability to meet the stated requirements of section ""(vi) Description of Services to be acquired."" Failure to provide enough information will result in a determination that the quote is unresponsive to the solicitation. To be found technically acceptable, the quote must demonstrate the contractor's ability to meet the requirements of the SOW through Past Performance. In addition, the Program Manager will evaluate quotes to determine technical acceptability. It is on a pass/fail basis. If a quote fails, it will be deemed not technically acceptable. Price: Among those offerors deemed technically acceptable, the lowest-priced offer is selected. All offers will be evaluated based on their proposed total price. Only one award will be made under this solicitation. Technical and past performance, when combined, are more important than price. (x) Defense Priorities and Allocation System (DPAS): N/A (xi) Proposal Submission Information: Offers are due by 13 June 2025 at 3:00 PM Pacific Standard Time (PST). Offers must be sent to Richard Godoy at richard.godoy@us.af.mil and Christopher Barnes at christopher.barnes.50@us.af.mil via electronic mail. No late submissions will be accepted. Please submit any questions regarding this solicitation, in writing to the POC email listed below. Future amendment(s) will be issued to address questions received from potential offerors and the governments answers to those questions (i.e., ""Q&A""). (xii) For additional information regarding this solicitation contact: Primary Point of Contact: Richard Godoy, Contract Specialist, richard.godoy@us.af.mil Christopher Barnes, Contracting Officer, christopher.barnes.50@us.af.mil Attachment 1. Attachment 1 - SOW � Balance and Calibration Services - 1 Jan 2025 2. SCA Wage Determination 2015-5603 REV 26 3. Solicitation - FA930125Q0002
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2e850df9df1242908d82ecd14aee3a62/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN07462104-F 20250604/250602230041 (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!  © 1994-2024, Loren Data Corp.