Wyoming Bids > Bid Detail

Armory Rack System

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 71 - Furniture
Opps ID: NBD00159752703431581
Posted Date: Dec 22, 2022
Due Date: Jan 3, 2023
Solicitation No: FA461323Q1005
Source: https://sam.gov/opp/8f7ed1e5bd...
Follow
Armory Rack System
Active
Contract Opportunity
Notice ID
FA461323Q1005
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Dec 21, 2022 05:27 pm MST
  • Original Published Date: Dec 09, 2022 04:22 pm MST
  • Updated Date Offers Due: Jan 03, 2023 11:00 am MST
  • Original Date Offers Due: Jan 03, 2023 11:00 am MST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 18, 2023
  • Original Inactive Date: Jan 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • 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 View Changes

Amendment 0001



The pupose of this amendment is to incorporate the SOO dated 21 Dec 2022. Changes in red font have been removed from the list of requirements. Chnages in yellow have been added to the SOO.



-----------------------------------------------



Combined Synopsis/Solicitation

Solicitation Number: FA461323Q1005

Purchase Description: Armory Rack System



“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.”





FA461323Q1005 - Armory Rack System - Quotes Due: 03 January 2023 @ 11:00am MST



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





CLIN 0001: COMBAT HIGH DENSITY WEAPONS RACKS in accordance with Attachment 1 - Statement of Objectives.



Quantity: 1 Unit of Issue: EA



Total Price: $ ________________**CLIN prices shall include all delivery and installation costs**



Delivery: 180 Days ARO



PLACE OF DELIVERY:



90 SFG



7100 Garrison Loop



Building 34



F. E. Warren AFB, WY 82005





*****SITE VISIT*****



A site visit will be held on Wednesday, December 21, 2022, at 9:30 AM MST. Attendance is highly recommended. If your company plans to attend, please notify this office no later than 08:00 AM MST, Friday, December 16th, 2022, via email. In the event that 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.





Questions:



Questions must be sent to david.cook.62@us.af.mil and austin.breault@us.af.mil by Thursday, December 22, 2022; 1:00 p.m. MST





Quotes:



Quotes MUST be received by email no later than Tuesday, January 3, 2023; 11:00 a.m. MST.



Forward responses/quotes by e-mail to david.cook.62@us.af.mil and austin.breault@us.af.mil.





Offerors MUST ensure that their company is registered with System for Award Management (SAM) at time of submission of quote.





Points of Contact:



David Cook, Contract Specialist, david.cook.62@us.af.mil



TSgt Austin Breault, Contracting Officer, austin.breault@us.af.mil





Attachments:



Attachment 1 – Statement of Objectives



Attachment 2 – Pictures



Attachment 3 – Armory Floor Plan



Attachment 4 – Provisions and Clauses



Attachment 5 - Combined Synopsis-Solicitaion





APPLICABLE CLAUSES AND PROVISIONS:





FAR 52.212-1 Instructions to Offerors-Commercial Items (Nov 2021)



(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers must be submitted as email. As a minimum, offers must show—



(1) The solicitation number;



(2) The time specified in the solicitation for receipt of offers;



(3) The name, address, and telephone number of the offeror;



(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;



(5) Terms of any express warranty;



(6) Price and any discount terms;



(7) "Remit to" address, if different than mailing address;



(8)A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);



(9) Acknowledgment of Solicitation Amendments;





(Addendum) Additional Instructions to Offerors--Commercial Items



(m)(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) Cage code of the offeror



(2) Small Business Status/Categories as appropriate



(3) Company point of contract with email and phone number



(4) Technical Submission Requirements --



(a) 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 Objectives.



(b) 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 Objectives.



(c) The vendor shall detail its delivery and installation plan to which it intends to meet requirements listed in Attachment 1 – Statement of Objectives





52.212-2 Evaluation-Commercial Items and Commercial Services (Nov 2021)



As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows:



Evaluation-Commercial Items (Oct 2014)



(a) 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. The following factors shall be used to evaluate offers:



(1) Technical Capability: The Government will evaluate the vendor’s Technical Quote to determine whether the proposed solution provides a clear understanding of the Statement of Objectives and the solution accomplishes the desired results/objectives of the Statement of Objectives. Technical acceptability will be determined on an Acceptable/Unacceptable basis.



(2) Price: Lowest Price Technically Acceptable. 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.



(3) Delivery: Contractor must be able to meet requested delivery time.



(4) All information is provided IAW FAR 52.212-1 with quote:



(b) deleted



(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified 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.



(End of provision)





AFFARS Clauses Incorporated by Full Text



5352.201-9101 AFGSC Ombudsman Oct 2019



(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.



(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).



(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, for AFGSC (Air Force Global Strike Command) acquisitions please contact the Director of Contracts, Air Force Installation Contracting Center, Operating Location – Global Strike (AFICC/KG OL-GSC) via the following e-mail workflow address: ig.afica_kg.workflow@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.



(d) The ombudsman has no authority to render a decision that binds the agency.



(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer.



(End of clause)





5352.223-9001 Health and Safety on Government Installations



As prescribed in AFFARS 5323.9001, insert the following clause in solicitations and



contracts:



HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (OCT 2019)



(a) In performing work under this contract on a Government installation, the contractor shall:



(1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and



(2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes.



(b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract.



(c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract.



(End of clause)





5352.242-9000 Contractor Access to Air Force Installations



As prescribed in AFFARS 5342.490-1, insert a clause substantially the same as the following



clause in solicitations and contracts:



CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (OCT 2019)



(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.



(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver’s license, current vehicle registration, valid vehicle insurance certificate, and any additional requirements to obtain a vehicle pass.



(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.



(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Integrated Defense, and DODMAN5200.02_AFMAN 16-1405, Air Force Personnel Security Program] citing the appropriate paragraphs as applicable.



(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.



(f) Failure to comply with these requirements may result in withholding of final payment.





(End of clause


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

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 >