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 solicitation number is W50S8A-25-Q-A005 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03. The associated North American Industrial Classification System (NAICS) code for this procurement 334519- OTHER MEASURING AND CONTROLLING DEVICE MANUFACTURING, a small business size standard of 600 employees. This requirement is 100% set-aside for small business, and only qualified vendors may submit quotes. Free On Board (FOB) Destination shall be required to 302 Newmarket Street, Newington, NH 03803. The Government contemplates award of a Firm-Fixed Price (FFP) contract.
The NH Air National Guard requires the following items:
CLIN 0001: Metal Detector Rental with LTE Board (QTY= 4 EA)
Metal detector that is portable with dimension not to exceed a width of 19.7", 11.8" of depth, and 72". The 19.7” width is the requirement for the metal detector unit, meaning the two pillars that designate a metal detector unit where members walk through, those individual pillars themselves cannot be wider than 19.7”. The 27-39” width is the width between the (2) metal detector pillars, which members being inspected by the metal detector will walk through. The weight of the of the portable detector can not exceed 24.2 lbs. Operating time needs to be up to 14 hours. The detector system needs to be supplied with a primary and alternate 18V-12Ah lithium ion battery. The metal detector system needs to be capable of detecting any type of shooting weapon and improvised explosive device. Metal detector system needs to be equipped with a 360 degree visual alarm indication. The metal detector system needs to be capable of an extremely high throughput of 1600 people per hour with an operational transit width 27"-39". On-site support is requested to assist with any technical issues that may arise for the duration of the event, which is scheduled for 05-07 September 2025.
The metal detector systems shall be delivered on 04 September, 2025 and picked up on 07 September 2025.
Interested parties should see “Instructions to Offers” in the Provisions and Clauses document for details on how to submit your quotes (IAW 52.212-1)
Interested parties should also see “Evaluation factors” in the Provisions and Clauses document for a description on how the Government intends to evaluate your quotes (IAW FAR 52.212-2)
Quotes must be valid for sixty (60) days.
All technical or contractual questions shall be submitted in writing via e-mail no later than 12:00 noon EST on 04 April 2025 to Rick Trafton at Richard.C.Trafton.civ@army.mil. Telephone inquiries will not be accepted. If the Government responses to technical questions affect the Statement of Work requirements or any other portion of the solicitation, then an Amendment of Solicitation will be issued. The subject of your email must include your company's legal name, state the nature of your email and include the Solicitation Number W50S8A-25-Q-A005. For example, the subject of your email should be similar to the following: Quote Submission by Company XXXXX, Solicitation Number W50S8A-25-Q-A005 Company XXXXX Question Regarding Solicitation Number W50S8A-25-Q-A005.
This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.
Registration must be "ACTIVE" at the time of award.
See the “Provisions & Clauses” attachment for a complete list of provisions & clauses applicable to this solicitation