Warehouse Shelving
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Jan 25, 2022 10:32 am PST
- Original Date Offers Due: Feb 03, 2022 04:00 pm PST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Feb 18, 2022
- 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: Edwards , CA 93524USA
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. This solicitation is issued as
a Request For Quote (RFQ).
(ii) Solicitation Number: FM280512600031
(iii) The solicitation document and incorporated provision and clauses are those in effect through Federal
Acquisition Circular 2022-02, DFARS as of 01-01-2022 and AFFARS AFAC 2021-0726.
(iv) For this acquisition, a concern will considered full and open under NAICS 337215.
(v) A list of line item number(s) and items, quantities, and units of measure (including option(s), if applicable).
Item 1: Qty 3- 1 free standing row with 5 bays where each bay is minimum of 120 inches high (not to exceed 132 inches after shimming), 52 inches wide (not to exceed 54 inches), and 48 inches deep. Each bay must support up to 15,000 pounds (lbs.) and each removable decking pallet must individually support 2,500 lbs. Minimum 10 removable decking pallets per row (total required 30 removable decking pallets.) Products must include lifetime warranty.
Item 2: Installation
(vi) Description included in (v)
(vii) Estimated Delivery 30DARO, FOB destination
(viii) The provision at 52.212‐1, Instructions to Offerors – Commercial Items (Nov 2021), applies to this acquisition.
Provisions and clauses can be viewed via internet at Acquisition.gov
ADDENDUM TO FAR 52.212‐1 Instructions to Offerors Commercial Items (Nov 2021)
Offerors shall prepare their quotations IAW FAR 52.212‐1, in addition the following information shall be included:
PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE:
a. DUNS Numbers:
b. TIN Number:
c. CAGE Code:
d. Contractor Name:
e. Payment Terms (net30) or Discount:
f. Point of Contact and Phone Number:
g. Email address:
h. FOB (destination):
i. Warranty (if applicable):
j. Date Offer Expires:
k. Completed copy of FAR 52.204‐24, Representation Regarding Certain Telecommunications and Video
Surveillance Services or Equipment (Nov 2021)
l. Completed copy of FAR 52.212‐3, Alt I, Offeror Representations and Certifications – Commercial Items (Nov 2021)
– or notification that FAR 52.212‐3 representations and certifications are available on SAM.gov.
(ix) (The provision at 52.212‐2, Evaluation ‐ Commercial Items (Nov 2021) applies to this acquisition.
ADDENDUM to 52.212‐2, Evaluation – Commercial Items (Nov 2021).
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:
(i) Price
(ii) Technical capability of the item offered to meet the Government requirement. Information should clearly show
and demonstrate your company’s ability to meet the stated requirements of section “(iv) Description of Product to
be acquired.” Failure to provide enough information will result in a determination of quote being unresponsive to
the solicitation.)
This will be awarded to the Lowest Price Technically Acceptable Offeror. The Program Manager will evaluate
quotes to determine technical acceptability. It is a pass/fail basis. If a quote fails, it will be determined to be not
technically acceptable. Quotes will be looked at from the lowest price. All offers will be evaluated on their
proposed Total Price. If the initial lowest price is found to be technically acceptable, award will be made to that
vendor. Only one award will be made under this solicitation.
(x) Offerors shall include a completed copy of the provision at FAR 52.212‐3, Alt I, Offeror Representations and
Certifications ‐‐ Commercial Products and Commercial Services (Nov 2021), with its offer. Completion of FAR 52.212‐3 electronically at sam.gov
is acceptable.
(xi) The clause at FAR 52.212‐4, Contract Terms and Conditions ‐‐ Commercial Products and Commercial Services (Nov 2021), applies to this acquisition.
(xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive
Orders -- Commercial Items (Sep 2021), applies to this acquisition.
The following clauses cited in FAR 52.212-5 apply to this acquisition:
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.
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
52.222-35 Equal Opportunity for Veterans
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-37 Employment Reports on Veterans
52.222-50 Combating Trafficking in Persons
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-1 Buy American-Supplies
52.225-3 Alt II Buy American-Free Trade Agreements-Israeli Trade Act
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer-System for Award Management
(xiii) Additional Contract Requirement or Terms and Conditions: The following is a contemplated list of
provisions/clauses; the final list of clauses is dependent upon actual dollar value of the contract award and may
change from the list provided below. Full text clauses can be accessed via http://acquisition.gov.
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-07 System for Award Management
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204-18 Commercial and Government Entity Code Maintenance
52.204-21 Basic Safeguarding of Covered Contractor Information Systems
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed by Kaspersky Lab and Other Covered Entities
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Equipment
52.204-26 Covered Telecommunications Equipment or Services-Representation
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.212-04 Contract Terms and Conditions--Commercial Items
52.212-05 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items
52.219-04 Notice of Price Evaluation Preference for HUBZone Small Business Concerns
52.219-28 Post Award Small Business Program Representation
52.222-03 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 Affirmative Action 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
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-03 Protest After Award *this is automatically included in 52.212-5 - no need to add separately*
52.233-04 Applicable Law for Breach of Contract Claim *this is automatically included in 52.212-5 - no need to add separately*
252.203-7000 Requirements Relating to Compensation of Former DOD Officials
252.203-7005 Representation Relating to Compensation of Former DOD Officials
252.204-7015 Disclosure of Information to Litigation Support Contractors
252.204-7016 Covered Defense Telecommunications Equipment or Services - Representation
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services - Representation
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.211-7003 Item Identification and Valuation
252.211-7008 Use of Government-Assigned Serial Numbers
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American and Balance of Payments Program
252.225-7035 Alt I Buy American--Free Trade Agreements--Balance of Payments Program Certificate
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area Workflow Payment Instructions
252.232-7010 Levies on Contract Payments
252.232-7017 Accelerating Payments to Small Business Subcontractors - Prohibition on Fees and Consideration
252.244-7000 Subcontracts for Commercial Items
252.247-7023 Transportation of Supplies by Sea
5352.201-9101 Ombudsman
5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS)
(xiv) Defense Priorities and Allocation System (DPAS): N/A
(xv) Proposal Submission Information:
Offers are due by 03 February 2022 at 4:00 PM Pacific Standard Time (PST). Offers must be sent to
Amanda.Tate@us.af.mil or Jennifer.Story@us.af.mil via electronic mail. No late submissions will be accepted.
Please submit any questions regarding this solicitation, in writing to the POC email listed below. QUESTIONS
REGARDING THIS SOLICITATION ARE DUE 31 January 2022 on or before 4:00 PM Pacific Standard Time (PST).
(xvi) For additional information regarding this solicitation contact:
Primary Point of Contact:
Amanda Tate
Contract Specialist
Amanda.Tate@us.af.mil
Phone: 661-277-4966
Secondary Point of Contact:
Jennifer Story
Branch Chief, AFTC/PZIOA
Jennifer.Story@us.af.mil
Phone 661-277-8658
Attachments/Links
Contact Information
Contracting Office Address
- CP 661-277-7575 5 SOUTH WOLFE AVE BLDG 2800
- EDWARDS AFB , CA 93524-1185
- USA
Primary Point of Contact
- Amanda Tate
- amanda.tate@us.af.mil
Secondary Point of Contact
- Jennifer Story
- jennifer.story@us.af.mil
History
- Feb 18, 2022 08:56 pm PSTCombined Synopsis/Solicitation (Updated)
- Jan 25, 2022 10:32 am PSTCombined Synopsis/Solicitation (Original)