This is a combined synopsis/solicitation for a queue
management system for visitor control centers at Patrick SFB and Cape Canaveral SFS. Proposals are requested, and a written solicitation will not be issued. The solicitation number is **** 100% set-aside for small businesses is in effect. The NAICS code is **** with a size standard of 34 million. Questions must be submitted by July 22, 2025, at 12:00 AM EST. Quotes are due July 28, 2025, at 12:00 AM EST. Quotes must be submitted to the specified email address. Delivery is 90 days ARO. Shipping to addresses: 45 sfsbldg 280 **** matador streetpatrick sfb, fl **** sfsbldg 168, fl401cape canaveral sfs, fl **** shall be quoted for supplies to be delivered within the United States. Shipping cost should be included in the total quoted price. Offerors must include their GSA contract number and expiration date if applicable. Signed and dated offers must be submitted to the specified office by the exact time specified in the solicitation. Offers may be submitted on SF ****, letterhead stationery, or as otherwise specified. Offers must show the solicitation number and the time specified for receipt of offers. Zip files are not acceptable. The government intends to evaluate offers and award a contract without discussions. The offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. The government reserves the right to conduct discussions if later determined necessary. The government may reject any or all offers if such action is in the public interest. The government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. The government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. The GSA index of federal specifications, standards and commercial item descriptions, FPMR part ****, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee. Most unclassified defense specifications and standards may be downloaded from the assist websites. Documents not available from assist may be ordered from the Department of Defense Single Stock Point (DODSSP). Applies to all offers that exceed the micropurchase threshold, and offers at or below the micropurchase threshold if the solicitation requires the contractor to be registered in the System for Award
Management (SAM). The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation unique entity identifier followed by the unique entity identifier that identifies the offerors name and address. The offeror also shall enter its electronic funds transfer (EFT) indicator, if applicable. If a postaward debriefing is given to requesting offerors, the government shall disclose the following information, if applicable: the agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer; the overall evaluated cost or price and technical rating of the successful and the debriefed offeror; the overall ranking of all offerors; a summary of the rationale for award; for acquisitions of commercial products, the make and model of the product to be delivered by the successful offeror; reasonable responses to relevant questions posed by the debriefed offeror as to whether source selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. The government intends to award a firm-fixed-price contract to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. Award will be made to the quote that's best value for the government and is deemed responsible. The following factors shall be used