Federal Bid

Last Updated on 30 Jun 2025 at 1 PM
Combined Synopsis/Solicitation
Mansfield Ohio

Fusion Splicer

Solicitation ID W50S8R25Q0001
Posted Date 30 Jun 2025 at 1 PM
Archive Date 17 Jul 2025 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7nu Uspfo Activity Ohang 179
Agency Department Of Defense
Location Mansfield Ohio United states 44903

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

    1. All questions regarding this RFQ shall be emailed to [email protected] & [email protected]
    2. Additional Quote Preparation Instructions
      1. The offeror’s transmittal and cover letter for the quote must contain the name, phone number, and email address of the person to be contacted concerning any matter related to this solicitation.  Include the following information in your quote: CAGE Code, Unique Entity ID, Company Name, mailing address, website, Date submitted and quote expiration date, delivery time/terms, and warranty information.

      1. The quote shall include a firm-fixed price. Separate Contract Line Item Numbers (CLINs) are not prescribed for the purposes of associated costs entailing taxes, fees, transportation, delivery, etc. Accordingly, quoted unit pricing for requirements at the CLIN level under this RFQ, shall be inclusive of all associated costs (i.e. material, transportation, delivery, etc.)

***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.

  1. Technical Evaluation. Technical Capability will be evaluated on an Acceptable/Unacceptable basis. An offeror shall obtain an “Acceptable” rating to continue further in the competition. Offerors who are deemed to merit an “Unacceptable” rating in the Technical Capability Factor will be removed from further consideration for award. Once the minimum requirements are established, the team shall evaluate the offeror's quote against these requirements to determine whether the quote is acceptable or unacceptable, using the description outlined below. Quotes are evaluated for acceptability, but not ranked using the non-price factors/subfactors.

  1. Technical Documentation:
    1. Offeror shall provide a product specification sheet, adequate enough for the government to evaluate that the proposed products meet all requirements of this solicitation.
  2. Standard: A technically acceptable rating is met when the offeror provides product specification sheets that clearly demonstrates meeting all salient characteristics

  1. Price. The total quoted price from offerors determined technically acceptable will be evaluated.

  1. Delivery. Delivery terms contained in the offer will be evaluated. In general, quicker lead times are considered more favorable to the Government.

  1. SPRS. The Government shall utilize information contained in SPRS, if available, as described in DFARS 252.204-7024. Offerors or quoters without a risk assessment in SPRS shall not be considered favorably or unfavorably.

(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.

Bid Protests Not Available

Similar Past Bids

Mansfield Ohio 26 Jun 2025 at 4 PM
Location Unknown 20 Aug 2010 at 2 PM
Location Unknown 01 Sep 2009 at 3 PM
Location Unknown 07 Aug 2010 at 2 PM
Missouri Not Specified

Similar Opportunities

Ocala Florida 16 Jul 2025 at 6 PM
New york New york 29 Aug 2028 at 4 AM (estimated)
New york New york 29 Aug 2028 at 4 AM (estimated)
New york New york 29 Aug 2028 at 4 AM (estimated)
Dayton Ohio 03 Aug 2025 at 4 AM (estimated)