Loading...
FA449726Q0029
Response Deadline
May 6, 2026, 7:00 PM(EDT)9 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
1. This is a combined synopsis/solicitation for commercial item prepared in accordance with RFO Subpart 12.2 (RFO Deviation effective 1 February 2026), as supplemented by R-DFARS Part 212 (Class Deviation 2026-O0028, effective 1 February 2026). This announcement constitutes the only solicitation; quotations are being requested. A separate written solicitation will not be issued.
Description:
Dover Air Force Base has a requirement for Wrestling Mats in accordance with Attachment 1 –Wrestling Mat Salient Characteristics to be delivered within 30 days. See Attachment 1 –Wrestling Mat Salient Characteristics for a complete description of services.
Place of Delivery/Performance/Acceptance/FOB Point:
F.O.B. Destination: Dover, AFB DE 19902 (exact customer address will be provided in the resulting contract)
0001 Wrestling Mats with Phoenix Raven Logo 1 Each
Instructions to Offerors—Commercial Products and Commercial Services (RFO Deviation effective 1 February 2026)
ADDENDUM TO RFO PROVISION 52.212-1, INSTRUCTIONS TO OFFERORS – COMMERCIAL PRODUCTS AND COMMERCIAL SERVICE
1. Simplified Acquisition Procedures will be used in accordance with (IAW) RFO part 12 in awarding this contract. The Government intends to award a Firm-Fixed-Price (FFP) contract to satisfy this requirement. This requirement is being solicited as a Request for Quotation (RFQ); submission of a quote does not guarantee receipt of award.
2. Questions may be submitted to the points of contact Daniel Kim, daniel.kim.55@us.af.mil or Travis Ambrose, travis.ambrose.1@us.af.mil no later than the specified date and time 5 May 2026 3:00PM EDT. Questions submitted after this date and time may not be answered.
3. Quoters must use Attachment 2- Quote Schedule to submit their prices and technical capability. Company information must be included. Quotes in response to this solicitation must be submitted via email to the point of contacts above.
4. For a quote to be eligible for award, the quoter must have a current registration in the System for Award Management (SAM): https://www.sam.gov, prior to submitting a quote, IAW RFO 4.1102. SAM will be checked to verify the quoter's status before any evaluation is conducted. In accordance with RFO 9.1 prospective quoters must be determined responsible prior to award.
5. RFO Clause 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. The additional RFO clauses cited in the clause are identified in Attachment 3 -Provisions and Clauses as applicable to the acquisition.
6. Quoters are required to meet all material solicitation requirements, such as terms and conditions, representations and certifications, deliverables, Salient Characteristics etc. Failure to comply with the terms and conditions of the solicitation may result in the Quoter being ineligible for award. Quoters must clearly identify any exception to the solicitation terms and conditions and must provide complete supporting rationale. The Government reserves the right to determine any such exceptions unacceptable, and the quote, therefore, ineligible for award.
7. The terms and processes used in this acquisition are not subject to the definitions nor processes found in RFO subpart 15.2, even if defined or described in RFO part 15. Reference to offers, offerors, or proposals in this acquisition shall be read as quotations, vendors, quoters, or quotes. Any clerical errors in this solicitation, to include the attachments, that use the source selection nomenclature in RFO part 15 shall be read and interpreted in a manner consistent with RFO part 12. Examples of nomenclature found in RFO part 15 include: Request for Proposals (RFP), De-briefing, Discussions, Clarifications, etc. Unless otherwise defined in this solicitation, or in the specific RFO part being referenced, definitions of words retain their definition under RFO 2.101, unless no definition is provided, in which the common dictionary meaning shall be used IAW RFO 1.107(a).
The quote shall be submitted in one volume.
Volume I Price:
a. The offeror shall submit proposed pricing in Attachment 2 – Quote Schedule. Offerors rejecting the terms and conditions may be excluded from consideration. Ensure a dollar value is entered, with the decimal rounded to the nearest hundredth, two decimal places.
b. “UNIT PRICE”, multiplied by the “QUANTITY” and the total, rounded to the nearest hundredth, entered under “AMOUNT”, as seen in the following example:
CLIN SUPPLIES/SERVICE QUANTITY UNITS UNIT PRICE AMOUNT
0001 1 Each $XXXX $XXXX
Volume II Technical:
i. Subfactor 1: Design Blueprint – The Contractor shall submit a detailed design blueprint illustrating the custom logo and its placement on the wrestling mats as directed in Attachment – 1 Salient Characteristics. This submission must also include the exact measurements of the mats. This blueprint is to ensure the Contractor's understanding of the project requirements.
8. Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.
9. Late submissions, modifications, revisions, and withdrawals of quote. Offerors are responsible for submitting quotes, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation or otherwise will not be accepted.
10. The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror's initial offers should contain the Offeror's best terms from a price and technical standpoint. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
11. Debriefing. An Offeror, upon request and received by the agency within three (3) days after the date of contract award, the contracting officer shall furnish the information described in paragraph RFO 15.206-2(c)(1) to unsuccessful offerors. The debriefing shall be conducted IAW RFO 15.206-2.
Evaluation—Commercial Products and Commercial Services
ADDENDUM TO RFO PROVISION 52.212-2: Paragraph (a) is tailored as follows:
Evaluation:
IAW RFO 52.212-2, Evaluation—Commercial Products and Commercial Services, the Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers:
1. Price
BASIS FOR CONTRACT AWARD: This is a competitive, best value continuum using the Lowest Price Technically Acceptable (LPTA) source selection process. Technical elements will be evaluated as acceptable or unacceptable for each solicitation response. Qualifications will be clear, and objectives will be outlined in the RFQ. The evaluation process shall proceed as indicated below:
Evaluation Approach:
Step 1: All contractors will be evaluated for responsiveness. Responsiveness is determined by verifying compliance with RFO 52.212-1 and its addendum.
Step 2: All responsive contractors will be ordered, by price, from the lowest to the highest Total Evaluated Price (TEP). A contractor's TEP is depicted in Attachment 2 – Quote Schedule, Worksheet, on the Price Schedule Tab.
Step 3: The Government will make a determination of price fair and reasonable.
Evaluation Factors for Award:
Price Foreword: The government will evaluate offers for award purposes based on their TEP.
1. Price:
a.) Initially, solicitation responses shall be ordered from lowest to highest TEP, as previously defined.
b.) The TEP will be evaluated to determine whether it is reasonable. A reasonable price/cost represents a price/cost that provides best value to the government, considering market prices, the technical and functional capabilities of the contractor, and risk. Additionally, the government reserves the right to, but is not required to, conduct a price realism analysis on offers that appear to be exceptionally low and not supported by the contractor's technical approach. In instances where a contractor's proposed price(s) appears exceptionally low, contractors may be requested to address this disparity by providing evidence of their capability and/or performance at similar price(s). The burden of proof as to price credibility rests with the contractor. An exceptionally or
unrealistically low offer that's left unexplained may pose an unacceptable risk to the government and may be a reason to reject a contractor's solicitation response.
c.) The government anticipates adequate price competition and intends to award a contract without exchanges with respective contractors. The Government, however, reserves the right to conduct exchanges if deemed in its best interest.
2. Technical:
a.) The technical volume will be evaluated as either acceptable or unacceptable for each subfactor.
i. Acceptable is defined as: "Required documents clearly meet the minimum requirements of the solicitation".
ii. Unacceptable is defined as: "Required documents do not clearly meet the minimum requirements of the solicitation".
DEPT OF DEFENSE
DEPT OF THE AIR FORCE
AIR MOBILITY COMMAND
FA4497 436 CONS LGC
FA4497 436 CONS LGC
ADMIN ONLY NO REQTN CP 302 677 5204
639 ATLANTIC ST BLDG 639
DOVER AFB, DE, 19902-5016
NAICS
Sporting and Athletic Goods Manufacturing
PSC
ATHLETIC AND SPORTING EQUIPMENT
Set-Aside
Total Small Business Set-Aside (FAR 19.5)