This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number W9127Q25QA004 is being issued as a Request for Quotation (RFQ) with OPEN MARKET PRICING. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-01, Effective November 12, 2024, and the Defense Federal Acquisition Regulations (DFARS) Publication Notice (DPN) dated November 25, 2024. This requirement is a small business set aside under NAICS 339999 with a size standard of 550 employees.
The MS Army National Guard has a requirement for Fire Suppression Systems which will be used as training aids for the Utilities Equipment Repairer Course. The system must have the capacity to recover and recharge wheel and track vehicles fire extinguisher bottles.
The USPFO-MS, Jackson, MS intends to issue a contract for the following items. The Fire Suppression System must meet/exceed the parameters on the attached product description document.
CLIN 0001: 4G59296 HFC-227 PUMP MILITARY PACKAGE QTY: 2
- Must transfer liquid, vapor and nitrogen. Must filter particulate matter, indicate moisture, operate on compressed air pressure between 100-120 PSI and include 4 adapters
CLIN 0002: 3G58941 KIT MAINTENANCE FOR HFC-227/FM200 QTY: 2
- Must include 1 moisture eye kit, 2 Filter cores, 1 replacement strainer, 1 control valve repair kit, 1 dowel rod, 1 pump lubricant, 1 sporlan strainer w/filter nut, 1 EPDM O’ring strainer cap, 1 selector valve repair kit, 1 roll of nickel thread tap, 2 teflon washers, 1 halon O’ring lubricant, 8 O’rings for female quick connect
CLIN 0003: 3G59605 FILTER SODIUM BICARB QTY: 2
CLIN 0004: 3G0038 BENCH VISE MECHANICAL QTY: 2
- Must be for mobile or shop use, aluminum and include non-slip belting
CLIN 0005: 3G58634 FLOOR VISE PNEUMATIC CYLINDER QTY: 2
- Must include base plate mounted, formed iron pedestal, powder coated paint, pneumatic-operated cylinder, non-slip durable belting, adjustable to fit 5lb to 100lb CO2 cylinders, vise opens and closes within seconds, tool and stamp tray
Basis of Award: The government intends to award a purchase order to the responsible offeror whose quote conforms to the solicitation and is considered to be the most advantageous to the Government in accordance with FAR Part 12, Acquisition of Commercial Items, evaluation will be in accordance with FAR 13.106 and is based on Best Value to the Government in terms of (i) Technical capability of the item offered to meet the Government requirement; (ii) Price; (iii) Past Performance History. Evaluation factors, technical capability and past performance history shall be given equal consideration to price. Technical capability and past performance history shall be evaluated as acceptable or not acceptable. Price evaluation shall be based on the lowest reasonable evaluated price.
To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. Quotes shall include: (1) Price quote to include itemized description of what is included in the quote (2) detailed specifications and product literature that sufficiently describe the product(s) being offered. Note: Quotes submitted without detailed product information and/or only restate the government provided specification will not be considered acceptable and shall be removed from further consideration.
All quotes shall include a standard commercial warranty equal to that offered in the commercial market. Additionally, provide the country of origin for the product being quoted and the terms and conditions of your company’s contract, to include CAGE Code, UEI, Tax ID, Prompt Payment Discount, Company POC with contact information (email and telephone number) etc. Include lead time for delivery.
This notice does not obligate the Government to award the contract; it does not restrict the government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Only firm fixed price offers will be evaluated.
SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status to be eligible for award of a contract. To register online go to http://www.sam.gov/
It is the contractors' responsibility to be familiar with applicable Clauses and Provisions. Clauses and provisions incorporated by reference may be accessed via https://www.acquistion.gov/. Please see attached listing of Clauses and Provisions.
Deadline for receipt of your quote is established for no later than 10:00 a.m. Central Daylight Time (CDT), Friday, February 28, 2025. All questions concerning this requirement must be submitted by Friday, February 21, 2025, at 10:00 AM CDT. Questions will be answered via an amendment to this solicitation. Quotes and questions are to be submitted electronically to tina.m.williams150.mil@army.mil and amber.n.young1.civ@army.mil
Please ensure the solicitation number W9127Q25QA004 is included in the subject line of all email correspondence.