Wyoming Bids > Bid Detail

Modular Armory Racks on Wheels

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 71 - Furniture
Opps ID: NBD00159750593839850
Posted Date: Jun 15, 2023
Due Date: Jul 11, 2023
Solicitation No: FA461323FAQ1023
Source: https://sam.gov/opp/61d22271c3...
Follow
Modular Armory Racks on Wheels
Active
Contract Opportunity
Notice ID
FA461323FAQ1023
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFGSC
Office
FA4613 90 CONS PK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jun 15, 2023 02:45 pm MDT
  • Original Date Offers Due: Jul 11, 2023 02:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jul 26, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 7125 - CABINETS, LOCKERS, BINS, AND SHELVING
  • NAICS Code:
    • 337215 - Showcase, Partition, Shelving, and Locker Manufacturing
  • Place of Performance:
    FE Warren AFB , WY 82005
    USA
Description

Combined Synopsis/Solicitation

Solicitation Number: FA461323Q1023

MODULAR ARMORY RACKS on WHEELS





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 website as a 100% small business set aside.



The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461323Q1023, 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 337215, with a small business standard of 500 employees.



The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation FAC Number 2023-04 effective 2-Jun-23, Defense Federal Acquisition Regulation Supplement Change Number DFARS Change 06/09/2023 and Air Force Federal Acquisition Regulation Supplement Change Number AFFARS Change 05/08/2023.



DESCRIPTION OF ITEMS/SERVICES: All CLIN's F.O.B. Destination.



The contractor shall design and furnish a fully functional armory rack system in accordance with the Statement of Work and DoDM 5100.76. Price for CLIN 0001 below shall include ALL costs, labor, materials, equipment, transportation, tools and supplies to complete this requirement. Price for CLIN 0001 below shall include removal of the existing racks. Price for CLIN 0001 below shall include a one year warranty to include ALL parts, labor, transportation, and any other costs associated with on-site repairs and 24-hour response time. Price for CLIN 0001 shall include comprehensive training for the end users.



CLIN 0001



Fully Functional Modular Armory Racks in accordance with Attachment 1, Statement of Work, and Attachment 2, DoDM 5100.76.



Quantity: 1 Each Price: $_________________





BREAKDOWN of PRICE:



Materials $________________



Installation $________________



Removal of Existing Racks $________________



Warranty with On-Site Repairs $________________



Other $ ________________





OPTION CLIN 0002 : Optional Disposal of Existing Racks



Quantity: 1 Each Price: $________________







PERIOD OF PERFORMANCE:



Removal and installation to be completed within 60 consecutive days.



Contract shall be completed within 90 days after Contract Award.





PLACE OF DELIVERY:



253 CACG



4200 Liberator Rd



F. E. Warren AFB, WY 82005





SITE VISIT:



MEASUREMENTS PROVIDED IN THIS SOLICITATION ARE ESTIMATED. IT IS THE CONTRACTOR’S RESPONSIBILITY TO CONFIRM ALL MEASUREMENTS. ATTENDANCE TO THE SITE VISIT IS HIGHLY RECOMMENDED.



A site visit will be held on Thursday, June 29, 2023 at 1:00 PM Mountain Time (MT). Attendance is highly recommended. If your company plans to attend, please notify this office no later than 11:00 AM MT, Thursday, June 22, 2023 at 11:00 AM MT via email. In the event you require base access passes, please state the need in your site visit confirmation email. FAILURE TO PROVIDE CONFIRMATION OF ATTENDANCE WILL RESULT IN BASE ACCESS DENIAL. There are additional requirements to enter Building 4200. You will need to provide your NAME, STATUS, PHONE NUMBER, and DATE and TIME. PLEASE DO NOT ADD YOUR SSN, POC WILL CONTACT YOU VIA PHONE. Please see attachment 7 for the Gatekeeper Request Form.



ALL QUESTIONS must be received no later than Wednesday, June 28, 2023, 1:00 PM MT.



ALL PROPOSALS MUST be received no later than Tuesday, July 11, 2023; 1400 (MT).



Forward questions and proposals by e-mail to michelle.crenshaw@us.af.mil and maria_lourdes.bustillo@us.af.mil.



Offerors must ensure that their company is registered with System for Award Management (SAM) prior to award. For information refer to: https://www.sam.gov/portal/public/SAM/



APPLICABLE FAR CLAUSES:

FAR 52.212-1 (Instructions to Offerors - Commercial Items) (JAN 2017)




  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 may 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:






  1. Technical Quote shall include the following, at a minimum:


    1. A description which includes specifications and part numbers for items in the vendor’s proposed solution to which it intends to satisfy the results/objectives specified in Attachment 1 – Statement of Work.

    2. A proposed Equipment Layout/drawing that clearly shows the layout of the vendor’s proposed solution to which it intends to satisfy the results /objectives specified in Attachment 1 – Statement of Work

    3. The vendor shall provide a Schedule detailing its delivery and installation plan to which it intends to meet requirements listed in Attachment 1 – Statement of Work



  2. Price Quote shall include the following, at a minimum:

    1. A clear breakdown of the vendor’s proposed items

    2. A total firm-fixed price

    3. Discounted terms






FAR 52.212-2: Evaluation - Commercial Items (OCT 2014)




  1. The Government will award a contract resulting from the 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 shall be used to evaluate offers:

    1. Technical capability/acceptance – The Government will evaluate the vendor’s Technical Quote to determine whether the proposed solution provides a clear understanding of the Statement of Work and the solution accomplishes/satisfies the desired results/objectives of the Statement of Work. Technical data/documents as required and listed above shall be evaluated. Technical acceptability will be determined on an Acceptable/Unacceptable basis.

    2. Price – 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. The Government may determine that an offer is unacceptable if the breakdown of prices are significantly unbalanced.



  2. Options. The Government will evaluate offers for award purposes by adding CLIN 0001 and Option CLIN 0002. Evaluation of Option CLIN 0002 shall not obligate the Government to exercise the option.

  3. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specifies in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



Offers/Quotes must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items) (JAN 2017) or indication that offeror representations and certifications are in System for Award Management (SAM).





(End of Provision)



All quotes must be valid for a minimum of 90 days.





List of Attachments:



Attachment 1: Statement of Work



Attachment 2: DoD M 5100.76



Attachment 3: Armory Layout and Measurements



Attachment 4: Armory and Weapons Photos



Attachment 5: Applicable Provisions & Clauses



Attachment 6: Questions and Answers



Attachment 7: Gatekeeper Request


Attachments/Links
Contact Information
Contracting Office Address
  • CP 307 773 3888 7505 BARNES LOOP BLDG 208
  • FE WARREN AFB , WY 82005-2860
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jun 15, 2023 02:45 pm MDTSolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >