Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2018 FBO #6124
SOLICITATION NOTICE

71 -- Vertical Carousel Storage Unit

Notice Date
8/28/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 172 MSG/MSC, MS ANG, 141 MILITARY DRIVE AW-30, JACKSON, Mississippi, 39232-8881, United States
 
ZIP Code
39232-8881
 
Solicitation Number
W9127Q18R6009
 
Point of Contact
Adam Surkin, Phone: 6014058656, Amber N. Young, Phone: 6014058494
 
E-Mail Address
adam.h.surkin.mil@mail.mil, amber.n.young1.mil@mail.mil
(adam.h.surkin.mil@mail.mil, amber.n.young1.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number W9127Q18R6009 is being issued as a Request for Quote (RFQ) with OPEN MARKET PRICING. This requirement is being Set-Aside for Small Businesses under NAICS 337215 with a Size Standard of 500 employees. Quotes will be evaluated on price and ability to meet specifications. All quotes shall include a standard commercial warranty equal to that offered in the commercial market, as well as specifications and product literature that sufficiently describes the product. Along with your quote, please provide the country of origin for the products quoted. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100, effective August 22, 2018 and the Defense Federal Acquisition Regulations (DFARS) Publication Notice (DPN) 20180629 dated 29 June 2018. It is the contractors' responsibility to be familiar with applicable clauses and provisions. The 172d Airlift Wing, Base Contracting Office, Jackson, MS intends to issue a contract for the following items: CLIN 0001 - Vertical Carousel Storage Unit, 1 EA. - 13 multi-functional carriers - Height 13' - Width 11' - Depth 5' - 850lbs maximum load per carrier - Voltage 208v, 3 phase - Dual motor driven - Safety features - 2 sets of photo cells - Mechanical threshold top and bottom of access - Emergency stop button - UL2 unbalanced load indicator - Safety bypass - Stainless steel worktable - Full width fluorescent lighting above access CLIN 0002 - 2 Year Warranty on Parts and Labor - 2 year parts and labor warranty to include 3 PM checks per year CLIN 0003 - Storage Bins and dividers - 16"L x 4"W x 4"H storage bins - QTY 60 ea. - 16"L x 10"W x 4"H storage bins - QTY 40 ea. - 16"L x 12"W x 4"H storage bins - QTY 25 ea. - 4" storage bin dividers - QTY 100 ea. - 10" storage bin dividers - QTY 40 ea. - 12" storage bin dividers - QTY 25 ea. CLIN 0004 - Installation CLIN 0005 - Shipping DELIVERY: 30 days after receipt of order. If delivery date cannot be met, indicate proposed delivery date. Offer is to be FOB DESTINATION, delivered to: 172 LRS/VM, Building 107, 141 Military Dr., Jackson, MS 39232 BASIS OF AWARD: A purchase order will be awarded to the responsible offeror whose quote conforms to the solicitation and is considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process with technically acceptable and price being equal. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the proposal: (1) Technical Acceptability and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. Price evaluation shall be based on the lowest reasonable evaluated price. Price will always be an important factor. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one contractor. Deadline for receipt of your quote is established for no later than 4:00 P.M. CDT, Tuesday, September 7, 2018. Please email quote to usaf.ms.172-aw.mbx.contracting@mail.mil and adam.h.surkin.mil@mail.mil. SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register on line go to http://www.sam.gov/. The following FAR and DFARS provisions and clauses apply to this solicitation: FAR 52.204-7, System for Award Management FAR 52.204-8, Annual Representations and Certifications FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13, System for Award Management Maintenance FAR 52.204-16, Commercial and Government Entity Code reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems FAR 52.204-22, Alternative Line Item Proposal FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1, Instructions to Offerors, Commercial Items FAR 52.212-3, Offeror Representations and Certifications-Commercial Items FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, applies to this acquisition, and these additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Standards 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - System for Award Management 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.222-20, Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference FAR 52.252-6, Authorized deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.211-7008, Use of Government-Assigned Serial Numbers DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7000, Buy American-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7031, Secondary Arab Boycott of Israel DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea Contracting Office Address: 172 MSG/MSC 141 Military Drive AW-30 Jackson, MS 39232 Primary Point of Contact: Adam Surkin - 601-405-8656 adam.h.surkin.mil@mail.mil Secondary Point of Contact: Amber Young - 601-405-8494 amber.n.young1.mil@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22-2/W9127Q18R6009/listing.html)
 
Place of Performance
Address: 141 Military Dr., 172 LRS/VM, Bldg. 107, Jackson, Mississippi, 39232, United States
Zip Code: 39232
 
Record
SN05059200-W 20180830/180828231112-8ee986c2bb4afea3e25046944d28d58a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.