SOLICITATION NOTICE
99 -- MHT Tool Room Storage - Package #1
- Notice Date
- 2/23/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 5 CONS, 211 Missle Avenue, Minot AFB, North Dakota, 58705-5027, United States
- ZIP Code
- 58705-5027
- Solicitation Number
- F3CTMG6348AW01
- Archive Date
- 3/18/2017
- Point of Contact
- Dakota L. Asselyn, Phone: 7017236935, Willa St.John, Phone: 7017233556
- E-Mail Address
-
dakota.asselyn@us.af.mil, willa.st_john@us.af.mil
(dakota.asselyn@us.af.mil, willa.st_john@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work Schematics Sheet Request for Quote Description: (i) 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; proposals are being requested, and a written solicitation will not be issued. (ii) The solicitation number F3CTMG6348AW01 is being issued as a request for quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 (get from http://farsite.hill.af.mil). (iv) This acquisition is 100 percent set aside for small businesses. The North American Industry Classification System (NAICS) code is 332311 with a size standard of 750 employees. (v) CLIN 0001 Installation of a Tool Room Storage System or approved equal. See attached Request for Quotation. (vi) The product shall meet the following requirements. The left and right storage systems will be comprised of three sections each at 4'-0" in length, 3'-6" high and 2'-0" deep. The tabletop shall be 12'-1 7/8" by 2'-1" of a material appropriate to support equipment loads of 150 lbs and be capable of mounting bench type tools and equipment. It must also be of a material that resists staining from oils, greases, and hydraulic fluids and lubricants. The top six drawers shall be 6" high shall be capable of supporting a full load of tools and have a 1" high density protective foam installed in the bottom. The three middle drawers shall be 7.5" high and are capable of supporting a full load of tools and have a 1" high density protective foam in the bottom. The bottom six drawers shall be 9" high and shall be capable of supporting a full load of tools with a 1" high density protective foam installed in the bottom. Each drawer shall have eight removable dividers lengthwise and three removable dividers widthwise provided. Each drawer must be locking, with each lock having the same core and key so all can be opened with one key. Spare keys must be provided as well. (vii) Place of delivery is Minot AFB, ND 58705 and is FOB destination. (viii) The provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. (ix) The provision 52.212-2, Evaluation-Commercial Items, applies to this procurement. The government will award a firm-fixed price 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 other factors considered will be the ability to meet the salient characteristics of the items above. Award shall be based on best value to the government. (x) The government advises Offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Offerors are also reminded to complete Offeror Representations and Certifications on-line at www.bpn.gov prior to submitting an offer. (xi) Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (xii) Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable: 52.219-6, 52.222-3, 19, 21, 26, 52.225-13, 52.232-33, and 52.223-18 (xiii) Additional FAR, DFARS and AFFARS clauses and provisions that apply are: 52.219-6, 52.222-3, 19, 21, 26, 52.225-13, 52.232-33, 52.223-18, 52.204-13, 52.223-1, 52.232-40, 52.247-34, 52.252-2, 52.252-6, 52.253-1, 252.203-7000, 252.203-7002, 252.204-7003, 252.204-7004 Alt A, 252.204-7012, 252.204-7015, 252.225-7001, 252.232-7003, 252.232-7006, 252.232-7010, 252.244-7000, and 252.247-7023, 5352.201-9101 and 5352.223-9000. (xiv) There is no Defense Priorities and Allocations System (DPAS) rating applicable for this procurement. (xv) All offerors must submit a quote by 2:30 pm Central Standard Time on Friday, 03 March 2017. Quotes received after that time may not be considered. (xvi) Any questions regarding this notice should be directed to SrA Asselyn, 5 CONS/LGCB, 165 Missile Avenue, Minot, ND 58705, (701) 723-3056, or by email to dakota.asselyn@us.af.mil. The alternate contact is TSgt St. John at (701) 723-3949 or email willa.st_john@us.af.mil. The response to this solicitation may be accomplished by mail, electronically, or facsimile. The fax number is (701) 723-4172.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7715601bf67e0daa11319950e8bc32e7)
- Place of Performance
- Address: Minot AFB, North Dakota, 58705, United States
- Zip Code: 58705
- Zip Code: 58705
- Record
- SN04411825-W 20170225/170223234338-7715601bf67e0daa11319950e8bc32e7 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |