Skip to main content

An official website of the United States government

You have 2 new alerts

Warehouse Shelving

info alert

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 93524
    USA

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

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

Secondary Point of Contact

History