Federal Bid

Last Updated on 26 May 2021 at 6 PM
Combined Synopsis/Solicitation
Whiteman air force base Missouri

Lactation Suite

Solicitation ID FA462521Q1039
Posted Date 26 May 2021 at 6 PM
Archive Date 16 Jun 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4625 509 Cons Cc
Agency Department Of Defense
Location Whiteman air force base Missouri United states 65305

AMMENDMENT 1: Added Questions and Answers

ORIGINAL: This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written
solicitation will not be issued.
The Request for Quotation (RFQ) number FA462521Q1039 shall be used to reference any
written quote provided under this RFQ.
The RFQ document and incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 2021-05; Effective 10 Mar 21.
The North American Industry Classification System (NAICS) code for this project is 332312
with a size standard of 500 Employees.
This requirement is a Small Business Set-Aside and will be solicited through beta.sam.gov as a
Firm Fixed Price contract.
The purpose of this combined synopsis and solicitations for the purchase and delivery of a
Lactation Pod in accordance with the Salient Characteristics Document (Atch 1). The bid
schedule and contract CLIN schedule are below
Item Description Qty Unit Unit Price Total Amount
0001 Lactation Suite 1 EA $ $
IAW Attachment 1: Salient Characteristics
Ship to address: 4076 Perimeter Rd. Bldg 4055 Whiteman AFB, MO 65305
*FAR Provision 52.212-1, Instructions to Offerors – Commercial Items (Jun 2020) applies to
this acquisition and the following addendum applies:
The following words stating “offer”, “offeror”, and “proposal” are replaced with “quotation”,
“vendor”, and “quote”.
Paragraph (a) first sentence revised as follows: “The NAICS code and small business size
standard for this acquisition appear above.”
Paragraph (c) first sentence revised as follows: “The vendor agrees to hold the prices in its quote
firm for 60 calendar days from the date specified for receipt of quotes, unless another time period
is specified in an addendum to the quote.”
RFQ due date: ___1 June 2021__________________
RFQ due time: 2:00 P.M. CST
Email to SSgt Jeremiah Murrell at [email protected]
THIS MUST BE SENT TO [email protected] AS STATED BELOW.
ANYTHING OTHERWISE CAN AND WILL BE CONSIDERED NONRESPONSIVE.
YOU MAY WISH TO PLACE A READ/DELIVERY RECEIPT.
Note: .zip files are not an acceptable format for the Air Force Network and will not go through
our email system.
Please provide the following information with your quote:
Company Name: _________________________________
DUNS Number: __________________________________
Cage Code: ______________________________________
*Number of Employees_____________________________
*Total Yearly Revenue______________________________
*Information required determining size of business for the NAICS reference above
Estimated Delivery Time: _____________________
Payment Terms: _____________________________
Warranty: __________________________________
All companies must be registered in the System for Award Management at
https://www.sam.gov/portal/public/SAM/ at the time of proposal submission to be
considered for award. The Government will not provide contract financing for this
acquisition. Invoice instruction shall be provided at time of award. Contractor’s must
ensure that they have filled out “Representation Regarding Certain Telecommunications
and Video Surveillance Services or Equipment” (Oct 2020) in paragraph (d)
Representation, of the provision at 52.204-24.
Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in
accordance with FAR 13.106. Vendor’s submissions will be evaluated based upon the
following:
(1) Price: Award will be made to the lowest priced technically acceptable vendor. All
offerors will be be racked and stacked and the lowest price offer will proceed to technical
evaluation;
(2) Technical: To be eligible for award, the submitted quote must be rated as technically
acceptable. If lowest priced vendor is not found to be acceptable, the next low offer will
be evaluated until an acceptable offeror is found. In order to be deemed technically
acceptable, the following evaluation criteria must be met:
Must meet all aspects of the Salient Characteristics document
Include descriptive literature such as illustrations and drawings.
Note: The vendor acknowledges that should the quote terms and conditions and/or
agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR)
and other Federal law applicable to commercial acquisitions, to the extent of such conflict
the FAR and Federal law govern and conflicting vendor terms and conditions and/or
agreement are unenforceable and are not considered incorporated into any resultant
contract.
All FAR and DFARS provisions and clauses appropriate to this action are in Attachment 2
- Provisions and Clauses
The following AFFARS clauses are applicable to this solicitation:
5352.201-9101, Ombudsman (2019-10)*
The full text of these clauses and (*) provisions may be assessed electronically at the website:
acquisition.gov. NOTE: ALL PROVISIONS WILL BE REMOVED AT TIME OF AWARD
BUT SHALL REMAIN PART OF THE CONTRACT FILE.
Attachment 1 – Salient Characteristics
Attachment 2 – Provisions and Clauses

Bid Protests Not Available

Similar Past Bids

Whiteman air force base Missouri 21 May 2021 at 8 PM
Whiteman air force base Missouri 21 May 2021 at 8 PM
Tucson Arizona 28 May 2020 at 4 PM
Holloman air force base New mexico 06 Jul 2021 at 10 PM
Moody air force base Georgia 05 Mar 2025 at 6 PM

Similar Opportunities

Location Unknown 02 Oct 2025 at 4 AM
Boulder city Nevada 16 Jul 2025 at 12 AM
Westfield Massachusetts 28 Jul 2025 at 6 PM
Indiahoma Oklahoma 14 Jul 2025 at 5 PM