Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 05, 2025 SAM #8592
SOLICITATION NOTICE

70 -- Video Conferencing (VTC) Facilities Modernization

Notice Date
6/3/2025 9:42:08 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
FA930125Q0018
 
Response Due
6/27/2025 4:00:00 PM
 
Archive Date
07/12/2025
 
Point of Contact
Brian Wu, Rebecca Snyder, Phone: 6612778452
 
E-Mail Address
brian.wu@us.af.mil, rebecca.snyder.1@us.af.mil
(brian.wu@us.af.mil, rebecca.snyder.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation - FA930125Q0018 Edwards AFB Building 0001 and 3950 Video Conferencing (VTC) Facilities Modernization (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 solicitation; quotations are being requested and a written solicitation will not be issued. (ii) Solicitation Number: FA930125Q0018 and is issued as a request for quote - **Please provide the full solicitation number on all packages** (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2025-03, DFARS Publication notice (DPN), DPN 2025-01-17 and Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS, DAFFARS 2024-1016. (iv) THIS REQUIREMENT WILL BE: Small Business Set Aside. The North American Industry Classification System (NAICS) number for this acquisition is 334310 with a size standard of 750 employees. The associated product service code is 7E20 � IT and Telecom. (v) The scope of this project requires the contractor to provide for the replacement of existing VTC equipment with a modern technology audio/visual presentation and video conferencing system at Bldg. 0001 and the procurement and installation of a Video Teleconferencing (VTC) system with modern audio-visual presentation technology in Building 3950, Conference Room 103. Please see statement of work (SOW) detailing the requirement, delivery, installation, and testing of the systems. (vi) A Site Visit- is HIGHLY RECOMMENDED and will help to ensure that the quote is technically acceptable. All vendors interested in participation of site visit must send an email to the Contract Specialist, Brian Wu at brian.wu@us.af.mil and Contracting Officer, Rebecca Snyder at rebecca.snyder.1@us.af.mil NLT Wednesday, 11 June 2025 2:00 PM PST. The anticipated date of site visit will be Wednesday, 18 June 2025 9:00AM � 12PM. All questions before, or during site visit must be submitted in writing via email to the Contracting Officer. They will be answered and posted on SAM.gov. All questions need to be submitted by 23 June 2025 4:00PM PST. Required Info for Site Visit Visitors to be sent to the Contracting Officer: Include the visitor's name, date of birth (DOB), Driver�s License number and the state of issue (example-John Smith, DOB - MMDDYYYY; CA DL - 1234567). Incorrect information may delay and/or prevent pre-coordinated vetting and will delay base access. NOTE- All DRIVERS must have CURRENT registration and insurance documents with them. Insurance documents may be provided via digital proof. A Real I.D. is now required to enter base, or a valid driver�s license with supporting documentation such as passport and birth certificate. Site visit is HIGHLY RECOMMENDED vii) Place of performance � (Building 0001) � 1 S. Rosamond Blvd (Building 3950) � 25 N. Wolfe Ave Estimated Period of Performance: 30 days ARO (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. 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 a) Solicitation Number: b) Unique Entity ID Number: c) CAGE Code: d) Contractor Name: e) Point of Contact and Phone Number: f) Email Address: g) Technical Description of Items: h) Warranty (if applicable): i) Price and any Discount Terms: j) FOB (destination): k) Date Offer Expires: l) Technical/Company Capability: technical and company capability narrative, not to exceed ten (10) pages, demonstrating firm�s capabilities to provide the services and full extent of items as outlined within the SOW. (ix) The provision at 52.212-2, Evaluation - Commercial Items (Nov 2021) applies to this acquisition. ADDENDUM to 52.212-2, Evaluation � Commercial Items (Oct 2014). 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. Any resulting contract of this RFQ will be awarded as Firm Fixed-Price. Quotes will be evaluated to determine the best value. Price, features of the supply, delivery terms, and warranty terms are all factors to be considered when determining the best value. 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. One award will be made under this solicitation. Awards will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers via e-mail; oral offers will not be accepted. All offerors must be registered with the System for Award Management (SAM). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items (Feb 2024), with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Nov 2023), applies to this acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2025), applies to this acquisition. All acceptable FAR, DFARS, and DAFFARS clauses and provisions will be contained in the award. Provisions DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Sep 2022) DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (May 2021)DFARS 252.204-7024 Notice on the use of the Supplier Performance Risk System (MAR 2023)DFARS 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (May 2022) DFARS 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Representation (Jun 2023). Clauses DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Dec 2022) DFARS 252.204-7003 Control of Government Personnel Work Product (APR 1992) DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2023) DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements (NOV 2023) DFARS 252.211-7003 Item Identification and Valuation (Jan 2023) DFARS 252.211-7008 Use of Government-Assigned Serial Numbers (SEP 2010) DFARS 252.225-7012 Preference for Certain Domestic Commodities (APR 2022) DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jan 2023) DFARS 252.225-7001 Buy American and Balance of Payments Program (Feb 2024) DFARS 252.225-7007 Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies (DEC 2018) DFARS 252.225-7048 Export-Controlled Items (June 2013) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006 Wide Area Workflow Payment Instructions (Jan 2023) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.244-7000 Subcontracts for Commercial Items (Nov 2023) DFARS 252.247-7023 Transportation of Supplies by Sea (Oct 2024) DAFFARS 5352.201-9101 Ombudsman (Jul 2023) DAFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Jul 2023) (xiv) Defense Priorities and Allocation System (DPAS): N/A (xv) Proposal Submission Information: Please submit any questions regarding this solicitation, in writing to the POC emails listed below. QUESTIONS REGARDING THIS SOLICITATION ARE DUE BY 23 June 2025 on or before 12:00 Noon, Pacific Standard Time (PST). Offers are due by Monday, 27 June 2025 at 4:00 PM Pacific Daylight Time (PDT). All offers are to be sent via email to Contract Specialist Brian Wu at brian.wu@us.af.mil and Contracting Officer Rebecca Snyder at rebecca.snyder.1@us.af.mil via electronic email. No late submissions will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d4e1a33f5e7d43a7bf57bb7135e31908/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN07464539-F 20250605/250603230053 (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.