Skip to main content

An official website of the United States government

You have 2 new alerts

50 SFS Explosive Detection Equipment Brand Name or Equal

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Sep 10, 2024 09:20 am MDT
  • Original Published Date: Sep 08, 2024 04:23 pm MDT
  • Updated Date Offers Due: Sep 13, 2024 01:00 pm MDT
  • Original Date Offers Due: Sep 13, 2024 01:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 28, 2024
  • Original Inactive Date: Sep 28, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6665 - HAZARD-DETECTING INSTRUMENTS AND APPARATUS
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Colorado Springs , CO 80912
    USA

Description

10 September 2024.  Questions and Answers are posted.  All other information remains the same.

1.  This is a combined synopsis/solicitation. For additional information, please see the attached combined synopsis/solicitation, statement of work and other document(s).

2. The contractor shall provide Brand Name or Equal Smiths Detection IONSCAN 600. Please see the attached documents for more detailed information.

3. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in 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.

4. This solicitation is being issued as a Request for Quotation (RFQ). The solicitation number is FA255024Q0041.

5. This RFQ does not obligate the Government to pay any costs incurred in the submission of any offer or in making necessary studies for the preparation thereof, not does it obligate the Government to procure or contract for said items.

6. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number (FAC) 2024-06, 29 August 2024.

7. This procurement is a 100-percent Small Business (SB) set-aside.

8. The North American Industry Classification System (NAICS) code associated with this requirement is 334511 – Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. The Small Business Administration (SBA) Size Standard is 1,350 employees. Product/Federal Service Code is  6665– Hazard-Detecting Instruments and Apparatus.

9. Assumptions/Exceptions: The offeror shall state any assumptions and exceptions to the requirements and terms and conditions contained in the RFQ in their quote. Please note that any exceptions to the Government's requirements may adversely affect the evaluation of the offeror's quote. There is no page limit for assumptions/exceptions.

10. Questions: Offerors must submit all questions concerning this solicitation in writing electronically to Linda Cummings, CO, at linda.cummings@spaceforce.mil and A1C Nodar Dundua, CS, at nodar.dundua.1@spaceforce.mil and include the RFQ number and Questions in the subject line. Questions must be received on or before 10 September 2024, 2:00 PM MT. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.

11. The procuring CO has overall responsibility for administering the contract. The procuring CO shall perform all contract administration. The CO information is identified in the Point of Contact area above. All responses to this posting shall be sent to both the CO and CS with the RFQ number in the subject line.

12. The Government intends to issue a firm fixed price contract to the responsible offeror whose lowest priced and technically acceptable quote that conforms to the solicitation. Only technically acceptable offers will be considered.

Contact Information

Contracting Office Address

  • ADMIN ONLY NO REQTN CP 719 567 3899 210 FALCON PKWY BLDG 210 STE 2116
  • SCHRIEVER SFB , CO 80912-2116
  • USA

Primary Point of Contact

Secondary Point of Contact

History