Public tender

Small Business Set-Aside Solicitation for Commercial Products and Services

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes only solicitation issued. Offers are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions a…

Source ID: cf679278221f4d1f9a99c27db3747ed1

Scope overview

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes only solicitation issued. Offers are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-06.

The Government intends to award one (1) firm-fixed price award as a result of this solicitation. No commercial financing. This requirement is being solicited as a TOTAL small business set aside. This solicitation requires registration with the System for Award Management (SAM) prior to submission of offer, prior to award, and at time of award pursuant to applicable regulations and guidelines.

Registration information can be found at www.sam.gov. All offerors with an invalid or inactive registration will be removed from the solicitation as ineligible to participate for award. Bases of Award It is the Government’s intent to award a task order to the responsible Offeror whose quote, in conforming to the RFQ, provides the overall best value to the Government considering technical evaluation factors and price.

Best value shall be achieved by using comparative evaluation of quotations method IAW FAR 12.203(2) will be used to make an award decision using the following factors. All quotes submitted will be evaluated in accordance with evaluation factors as described herein. Quotes shall be evaluated against the evaluation criteria set forth in the RFQ.

Factor 1- Technical Specifications The Government will evaluate the quoter's response with the information on the supply items on a acceptable or not acceptable basis. If the items meet or exceed the Governments minimum specifications than it will be rated as such. Failure to provide enough information may result in your quote to not be evaluated or to be rated as unacceptable.

All items and/or specifications provided must be brand name or equal to the requested supplies and must operate in the same capacity as intended in the PWS. Vendor may submit quotes for alternate items if those items meet all of the salient physical, functional, performance characteristics, and quantities specified by this solicitation.

Alternate items cannot alter the build design presented in Technical Exhibit #1 and #2, which is the Government's Design Plan. Please see Technical Exhibits 1, 2, 3, for details. (Attachments) FACTOR 2 - PAST PERFORMANCE (NON-PRICE): The past performance assessment will evaluate the quoter based on the quoter's demonstrated past work record.

The recency and relevancy of the information, the source of the information, context of the data and general trends in the contractor’s performance will be considered. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources, including sources outside of the Government.

FACTOR 3 - PRICE EVALUATION CRITERIA (i) Evaluation of price will be conducted using price analysis to determine reasonableness and accuracy (ii) The analysis will be used solely to determine whether the vendor’s quoted prices reflect the offeror’s understanding of the technical requirements, are realistic, and do not indicate increased risk to the Government of unsuccessful performance.

(iii) Evaluate prices inclusive of transportation charges from the shipping point of the supplier to the delivery destination, obtain prompt payment discounts to the maximum extent practicable. (iv) The Government will not include discounts when evaluating the prices of quotations. (v) Quotations must be complete as firm-fixed prices and reflect all cost associated to complete all tasks in the PWS.

The Government is soliciting a Request of Quote (RFQ). The Government is soliciting an RFQ. In accordance with FAR 12.201-1(b), Legal effect of quotations: (1) Neither a quotation nor the purchase order issued by the Government in response to a quotation form a binding contract. The purchase order is the Government’s offer to a supplier to buy certain products or services upon specified terms and conditions.

(2) A binding contract is formed when the supplier accepts the Government’s offer, either by written acceptance of the purchase order or substantial performance of the purchase order. The contracting officer may request that the contractor provide written acceptance of the order. The Government reserves right to cancel this solicitation, either before or after the closing date.

In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Acceptance of an award certifies that the contractor will comply with FAR 52.222-50 Combating Trafficking in Persons by notifying all employees and subcontractors at all levels. Due to mission timelines, questions/answers are not offered. Debriefs are not authorized.

Award notice will be provided. IAW FAR 12.301, when using the simplified procedures at 12.201-1, upon request, a brief explanation may be provided of the award decision to interested parties.

Statusopen
CategoryTransportation & Logistics
CountryUnited States
Publish dateDec 23, 2025
Submission deadlineDec 29, 2026
Estimated value
Notice typetender_notice
Sourceus-sam-opportunities
BuyerHOMELAND SECURITY, DEPARTMENT OF.FEDERAL LAW ENFORCEMENT TRAINING CENTER.FLETC GLYNCO PROCUREMENT OFFICE
Buyer websitehttps://sam.gov/
CityBrunswick

Buyer & contacts

Contacts available
4 fields shown publicly. Subscribe to unlock workspace tools (export, alerts, and buyer history).
Unlock details
Contact name
Gary ScidmoreUnlock export & alerts
Email
gary.n.scidmore@fletc.dhs.govUnlock export & alerts
Phone
9122805343Unlock export & alerts
Organization
HOMELAND SECURITY, DEPARTMENT OF.FEDERAL LAW ENFORCEMENT TRAINING CENTER.FLETC GLYNCO PROCUREMENT OFFICEUnlock export & alerts

Documents

Documents available
3 file(s) listed publicly. Subscribe to unlock workspace tooling (OCR, search, and one-click packs).
Unlock downloads
  • TE 3 Scope of Work.pdf

    Attachment

    DownloadUnlock OCR
  • Techincal Exhibit 2 Specifications for Evaluation Submission Sheet 2.pdf

    Attachment

    DownloadUnlock OCR
  • Techincal Exhibit 1 Specifications for Evaluation Submission Sheet 1.pdf

    Attachment

    DownloadUnlock OCR

Tags & Signals

small business set-asidefirm-fixed pricecommercial productsbest value evaluationSAM registrationtechnical specificationspast performanceprice evaluation

Similar tenders

United StatesTransportation & Logisticsopen

US Air Force Seeks C-130 Fuel Pressure Indicators for Aircraft Fleet

The US Air Force is soliciting quotes for 22 C-130 Fuel Pressure Indicators under a small business set-aside contract. This vital instrument provides flight crews with essential fuel system information for safe aircraft operation. Delivery is required within 30 days after contract award to a specified distribution center.

Published: Dec 23, 2025Deadline: Jan 13, 2026ID: d819b481e38e4af6809886da79066408
United StatesTransportation & Logisticsopen

Navy Small Business Set-Aside Procurement for Specified Products

This is a small business set-aside procurement by the U.S. Navy requiring quotes with full specifications on company letterhead. Quotes must be submitted via email by December 19, 2025, at 11 AM Central Time and include CAGE code, lead time, and shipping costs if applicable. Award will be based on best value considering price, delivery, quality, and past performance.

Published: Dec 16, 2025Deadline: Dec 19, 2025ID: fdbdd26d144c4092990e318436b246ba
United StatesTransportation & Logisticsopen

In-Flight Paramedic Services Solicitation for US Marshals Service JPATS

The US Marshals Service Justice Prisoner Air Transportation System (JPATS) is soliciting quotes for in-flight paramedic services at their Oklahoma City hangar. This small business set-aside labor hour contract has a 12-month base period with one option year. Offers will be evaluated based on technical approach, price, experience, and personnel qualifications, with quotes due by December 15, 2025.

Published: Dec 11, 2025Deadline: Dec 15, 2025ID: faa0b0f5614044d698eb40c3d6303cee
Start your pilot

Unlock the full IndexBox Tenders workspace

Get hourly updates across 100k+ opportunities, AI recommendations, and one-click autopilot workflows. Zero obligation.

Disclaimer: IndexBox Tenders does not issue, announce, or publish this tender. This information is aggregated from publicly available sources and is provided for informational purposes only. IndexBox Tenders is not affiliated with, endorsed by, or acting on behalf of the tender issuer. Users should verify all information directly with the official tender source before making any decisions or taking any action.