Opportunity
SAM #FA461326Q2004
Procurement of Commercial Water Heaters for FE Warren AFB Dormitories
Buyer
No official U.S. federal government entity found
Posted
April 30, 2026
Respond By
May 28, 2026
Identifier
FA461326Q2004
NAICS
423720
This opportunity seeks commercial water heaters for dormitory buildings at Francis E. Warren Air Force Base, Wyoming. - Government Buyer: - Department of the Air Force, Air Force Global Strike Command, 90th Contracting Squadron - Products Requested: - One (1) 75-gallon natural gas commercial water heater, 300,000 BTU, high altitude, with one-year warranty - Five (5) 100-gallon natural gas commercial water heaters, 300,000 BTU, high altitude, with one-year warranty - Part Numbers: - 75-gallon: 0001 (per attachment) - 100-gallon: 0002 (per attachment) - Quantities: - 75-gallon: 1 unit - 100-gallon: 5 units (1 in attachment, 5 in main summary; use higher quantity for procurement) - OEMs and Vendors: - No specific OEMs or brands are named; open to commercial manufacturers - Notable Requirements: - All water heaters must be suitable for high altitude operation - One-year warranty required on all units - Delivery must be completed within 30 calendar days after award - All costs, including shipping and delivery, must be included in the quote - Small business set aside; firm fixed-price contract - Place of Performance: - Francis E. Warren Air Force Base, Wyoming (dorms 223, 220, 228, and 230)
Description
Combined Synopsis/Solicitation
Solicitation Number: FA461326Q2004
Purchase Description: Dorm Water Heaters
Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the 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
This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to SAM.gov as a Total Small Business Set Aside.
The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461326Q2004, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 423720, with a small business standard of 200 employees.
The Government intends to award a Firm Fixed-Price Commercial Award.
DESCRIPTION OF ITEMS/SERVICE:
The 90th Civil Engineering Squadron requires water heaters for dorms 223, 220, 228, and 230.
Requirement Includes:
Dorm 223: 1 EA 75 gal, natural gas, commercial water heater, 300,000 BTU, high altitude
Dorm 220: 2 EA 100 gallon natural gas, commercial water heater, 300,000 BTU, high altitude
Dorm 228: 2 EA 100 gallon natural gas, commercial water heater, 300,000 BTU, high altitude
Dorm 230: 1 EA 100 Gal natural gas, commercial water heater, 300,000 BTU, high altitude
CLIN STRUCTURE:
CLIN 0001: 75 gal, natural gas, commercial water heater, 300,000 BTU, high altitude
Quantity: 1 Unit of Issue: Each
Unit Price: $_____________ Extended Price (Quantity X Unit Price): $_______________
CLIN 0002: 100 gallon natural gas, commercial water heater, 300,000 BTU, high altitude
Quantity: 5 Unit of Issue: Each
Unit Price: $_____________ Extended Price (Quantity X Unit Price): $_______________
Total price of CLINs 0001 and 0002: $_________________
Total price shall include all costs associated with this requirement including shipping and delivery. Quotes will be evaluated utilizing TEP.
All CLINs F.O.B. Destination.
DELIVERY DATE: 30 Calendar Days After Award
PLACE OF DELIVERY: Francis E. Warren AFB, WY 82005
OTHER INFORMATION:
Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at time of submission of quote. Failure to do so will result in the offer being deemed ineligible for award.
QUESTIONS:
Questions shall be received no later than Tuesday. May 12, 2026 at 9:00 am (Mountain Daylight Time). Forward responses by e-mail to sydney.malcolm@us.af.mil and arthur.makekau@us.af.mil.
QUOTES:
Responses/quotes MUST be received no later than Thursday, May 28, 2026 at 9:00 am (Mountain Daylight Time). Forward responses by e-mail to sydney.malcolm@us.af.mil and arthur.makekau@us.af.mil.
INSTRUCTIONS TO OFFERORS:
Offerors shall comply with FAR 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (Sep 2023)
FAR 52.212-1 is hereby tailored as follows:
(1) Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1.
(2) After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.
(3) The term “offeror” or “offer” as used in FAR 52.212-1 shall be understood to mean “quoter” and “quote,” respectively. Further, the term “award” shall be understood to describe the Government’s issuance of an order.
(4) The Government will consider all quotes that are timely received and will not consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable.
(5) Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:
(n) In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission:
Completed copy of Attachment 2 – Offeror Response Form Firm Fixed Pricing to include: Price Per CLIN Total Price Discount Terms (if applicable) Quote Number (if applicable) Quote Valid Until Date Technical Approach Technical Approach must be a separate document that only identifies the name of the offeror once on the first page and must include answers to the following: Are all specs specified in Attachment 2 – Salient Characteristics met? Does pricing include all costs associated with this requirement including shipping, and delivery? How many days after contract award will work be completed? Statement stating offeror understands and will conform to all aspects of this requirement.
EVALUATION:
ADDENDUM TO FAR 52-212-2 EVALUATION—COMMERCIAL ITEMS (May 2024)
Paragraph (a) is hereby replaced with the following:
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. Award will be made to the offeror with the lowest price technically acceptable (LPTA). The following factor(s) shall be used to evaluate offers:
Price – The lowest priced quote will be evaluated for technical acceptability first. The Government will evaluate quotes for acceptability but will not rank the quotes by non-price factors. If the Government receives fewer than three (3) quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives more than three (3) quotes, the Government will only select the three (3) lowest priced quotes to evaluate for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government’s best interest to do so. Price will be evaluated using the total evaluated price (TEP) on the bottom-line price for the entire effort, inclusive of all options. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. Some of those techniques are, but not limited to, comparison of quoted prices received in response to the solicitation and/or comparison of quoted prices with the Independent Government Estimate. Prices must be determined fair and reasonable. Unbalanced pricing. Offerors are cautioned against submitting an offer that contains unbalanced pricing. Unbalanced pricing may increase performance risk and could result in payment of unreasonably high prices. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one (1) or more contract line items is significantly over or understated. The Government shall analyze offers to determine whether they are unbalanced with respect to separately priced line items or sub-line items. An offer that is determined to be unbalanced may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government. No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. Technical Approach – The Government will evaluate the technical approach submitted IAW FAR 52.212-1 and assign an overall technical rating of “Acceptable” or “Unacceptable”.
(End of Provision)
LIST OF ATTACHMENTS:
Attachment 1 – Salient Characteristics Vendor Confirmation Form
Attachment 2 – Clauses and Provisions
Attachment 3 – Supplemental Clauses