Amendment 0001 - Posted Q&A
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. This solicitation W50S8R25Q0001 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04. This solicitation is being solicited as 100% small business set-aside. The NAICS code that applies is 334515 and business size is 750 employees. This action will result in a FFP purchase order, utilizing simplified acquisition procedures.
The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following items:
CLIN
Description
Quantity
Unit of Issue
Salient Characteristics
0001
Fusion Splicer
2
EA
Active core alignment, single fiber, NON bluetooth, NON wifi, splice performance (avg) of 0.01dB fo MM fiber (itu-t g.651) and 0.02dB for SM fiber (itu-t g.652), electrode life of ~5000 splices, battery capable of ~300 splice/heat cycles, carrying case & strap included, 3 hole single fiber stripper, ac adapter
0002
Fiber Cleaver
4
EA
2 single fibers, ~48000 biber cleaves, (avg) 0.3-0.9 degree cleave angle, compatible with Fusion Splicer (line item #1)
Location - 1947 Harrington Memorial Drive, Mansfield, Ohio 44903 utilizing FOB Destination
FAR 52.212-1 Instructions to Offerors -Commercial Products and Commercial Services (SEP 2023)
ADDENDUM to 52.212-1
***Offerors shall include with their proposal a filled out 52.204-24 representation.***
ADDENDUM TO 52.212-2
1 BASIS FOR CONTRACT AWARD: This solicitation is for a Firm Fixed Price Contract. The Government intends to award a single contract to a qualified Offeror deemed responsible in accordance with the Federal Acquisition Regulation (FAR), whose quote conforms to all solicitation requirements and is judged to represent the Best Value to the Government. Best value is expected to result from the evaluation of technical acceptability, price, delivery, and information contained in the Supplier Performance Risk System (SPRS).
2 EVALUATION FACTORS FOR AWARD: The evaluation factors are (1) Technical, (2) Price, (3) Delivery, and (4) SPRS. To arrive at a Best Value decision, the Contracting Officer will integrate the evaluation of Technical, Price, Delivery, and SPRS.
(End of provision)
Offers are due by 10:00 A.M. EST 2 July 2025: email [email protected]
List of Attachments:
Attachment 1: Clauses and Provisions
NG Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns with the National Guard (NG) as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum.
Contract award or performance is suspended during the protest to the same extent, and within the same time periods as if filed at the GAO. The NG protest decision goal is to resolve protests within 35 calendar days from filing. An agency protest may be filed with either the Contracting Officer or the NG Agency’s Protest Decision Authority, but not both, in accordance with NG protest procedures.
To be timely, the protests must be filed with the periods specified in FAR 33.103. To file a protest under the NG Agency Protest Program, the protest must request resolution under that program and be sent to the address below:
National Guard Bureau
Office of the Director of Acquisitions/ Head of Contracting Activity
ATTN: NGB-AQ-O
111 S. George Mason Dr. Arlington, VA 22204
Email: [email protected]
All other agency-level protests should be sent to the Contracting Officer for resolution at the address in the solicitation. See FAR clause 52.233-2.