FA7014 Multi-Lock and Single Lock Safes with X-10 Locks
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: Sep 21, 2022 03:25 pm EDT
- Original Date Offers Due: Sep 23, 2022 10:00 am EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Oct 08, 2022
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 7110 - OFFICE FURNITURE
- NAICS Code:
- 332999 - All Other Miscellaneous Fabricated Metal Product Manufacturing
- Place of Performance: Andrews AFB , MD 20762USA
Description
- This is a combined synopsis/solicitation for the procurement of commercial items/services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement of (4X) total X-10 Federal Specification FF-L-2740 standard safes. This announcement constitutes the only solicitation; a written solicitation will not be issued.
The Air Force District of Washington Contracting Directorate (AFDW/PK), 1500 Perimeter Rd., Suite 5750, Joint Base Andrews, MD 20762, intends to procure four (4X) X-10, Class 6 standard safes. Two or the four safes shall be 5-drawer multi-lock legal size gray-colored safe and the other two (2X) shall be 2-drawer single-lock legal size gray-colored safes.
- Solicitation Number: FA7014-22-Q-SAFES . This solicitation is issued as a Request For Quotation (RFQ). The Government intends to solicit this requirement as 100% Set Aside for Small Business IAW FAR Part 19 using a Firm-Fixed Price (FFP) contract.
- The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-07. The Government contemplates the issuance of a Firm-Fixed Price (FFP) contract to satisfy this requirement.
Contracting Officer's Business Size Selection
Small Business Set Aside
NAICS Code
332999
Small Business Size Standard
750
- To be considered responsive, Quotes shall address the following:
- Product/Support description
- Pricing per subscription
- Applied breakdown for Pricing discount
Pricing shall be as a Firm Fixed Price (FFP) IAW Commercial Terms and conditions.
Contract Line-Item Numbers (CLINs) are anticipated to as follows:
CLIN (FFP)
Description
UI
QTY
0001
5-Drawer Multi-Lock Legal Size Safes
EA
2
0002
2-Drawer Single Lock Legal Size Safes
EA
2
However, the Government reserves the right to adjust if determined in the best interest of the Government.
- Description of item(s) to be acquired:
- 2X – 5-Drawer Multi-Lock Legal Size Safes, Color-Gray. Class 6 security. Safes must be X-10 Lock as it is the trusted choice for securing the US Government's strict requirement of Federal Specification FF-L-2740 - it's highest security standard for electro-mechanical locks. The X-10 is the GSA approved lock for FF-L-2740, latest revision B, Style 1 applications. Safes must be brand new and NOT a refurbished item. Must include a one-year warranty. Price shall be all-inclusive of shipping and door-to-door delivery and Not Separately Priced. Safes shall include OPEN/CLOSED Magnets or be optional. Safes shall include SF-702 and SF-700 Form Holders. Each drawer must have a X-10 lock. Outside Dimension 57 3/4" H X 19 7/16” W X 28” D. Inside Dimension: 10” H X 15 1/4" W X 24” D. Weight 570 lbs.
- 2X – 2-Drawer Single-Lock Legal Size Safes, Color-Gray. Class 6 security. Safes must be X-10 Lock as it is the trusted choice for securing the US Government's strict requirement of Federal Specification FF-L-2740 - it's highest security standard for electro-mechanical locks. The X-10 is the GSA approved lock for FF-L-2740, latest revision B, Style 1 applications. Safes must be brand new and NOT a refurbished item. Must include a one-year warranty. Price shall be all-inclusive of shipping and door-to-door delivery and Not Separately Priced. Safes shall include OPEN/CLOSED Magnets or be optional. Safes shall include SF-702 and SF-700 Form Holders. Outside Dimensions: 28 1/2” H X 20 3/4” W X 28” D. Inside Dimensions: 10 1/4" H X 15 1/4" W X 24 3/4” D. Weight: 280 lbs.
- Delivery:
CLIN
Description
Delivery
0001
5-Drawer Multi-Lock Legal Size Safes
45-Days After Contract Award
0002
2-Drawer Single Lock Legal Size Safes
45-Days After Contract Award
- INSPECTION & ACCEPTANCE TERMS: Services/Products will be accepted at location of delivery.
- The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition.
-
- Provide Cage code when submitting offer
-
- Contracting Officer is requesting electronic access to the offered products for three (3) days. Please include instructions to obtain this access. The access provided is strictly for evaluation purposes only. The Government shall not receive a benefit from the 3 day access. This will be used if the selection cannot be made based on the vendors quote alone. It may also be used to verify the content in the quote.
-
- Offerors shall address questions, concerns, or requests for clarification in writing (via e-mail) to the points of contact listed below. Telephonic inquiries will not be accepted. The Contracting Officer and Contract Specialist assume no responsibility for non-delivery due to technical difficulties.
-
- Price and any discount terms. The quoter shall provide a price quotation for all CLINS inclusive of all discounts and after the removal of any federal tax (tax exemption documentation can be furnished upon contract award). All quotes shall document that they are valid for a minimum of 30 days from the date of solicitation closing.
-
- Other considerations. The Government intends to award based on the clause 52.212-2 found herein. Within no more than 5 single sided pages and no smaller than 8-point font address any other factors that should be considered.
- 52.212-2, Evaluation -- Commercial Items
(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 IAW FAR Part 13.106-2. The following factors shall be used to evaluate offers:
- Price
- Technically Acceptable
- Any other factors affecting the value offered
(b) Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM).
(c) A written notice of award or acceptance of an offer furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding agreement 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.
- Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Products and Commercial Services (May 2022), with its offer. Offeror Representations and Certifications Commercial Products and Commercial Services is applicable to this solicitation and is hereby incorporated by reference. Offeror must include, with its offer, a completed copy of provision FAR 52.212- 3, Offeror Representations and Certifications-Commercial Items in full text. FAR 52.212-3 can be obtained from http://aquisition.gov. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision.
- The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services (Nov 2021) applies to this acquisition and a statement regarding any addenda to the clause.
- FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (May 2022)
- OTHER FAR CLAUSES AND PROVISIONS
52.203-12 Limitation on Payments to Influence Certain Federal Transactions
52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper
52.204-7 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
52.204-19 Incorporation by Reference of Representations and Certifications
52.204-21 Basic Safeguarding of Covered Contractor Information Systems
52.204-22 Alternative Line Item Proposal
52.209-6 Protecting the Government’s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-7 Information Regarding Responsibility Matters
52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters
52.217-5 Evaluation of Options
52.217-8 Option to Extend Services
52.217-9 Option to Extend the Term of the Contract
52.219-1 Alt1 Small Business Program Representations
52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns
52.219-28 Post-Award Small Business Program Representation
52.222-42 Statement of Equivalent Rates for Federal Hires
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-1 Buy American Supplies
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
52.233-1 Disputes
52.237-2 Protection of Government Building, Equipment and Vegetation
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
52.252-6 Authorized Deviations in Clauses
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7003 Control of Government Personnel Work Product
252.204-7004 Alternate A, System for Award Management
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7011 Alternative Line Item Structure
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.215-7000 Pricing Adjustments
252.215-7007 Notice of Intent to Resolicit
252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American Act & Balance of Payments
252.225-7048 Export-Controlled Items
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area Workflow Payment Instructions (Jun 2012)
(a) Definitions.
As used in this clause--
Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization.
Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).
Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system.
(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.
(c) WAWF access. To access WAWF, the Contractor shall--
(1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov;and
(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site.
(d) WAWF training.
The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the ``Web Based Training link on the WAWF home page at https://wawf.eb.mil/.
(e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol.
(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:
(1) Document type. The Contractor shall use the following document type(s). 2in1
(2) Inspection/acceptance location.
The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.
(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.
Routing Data Table
Field Name in WAWF Data to be entered in WAWF
Pay Official DoDAAC TBD
Issue By DoDAAC TBD
Admin DoDAAC TBD
Acceptor (DoDAAC) TBD
LPO DoDAAC TBD
(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g.
timesheets) in support of each payment request.
(5) WAWF email notifications. The Contractor shall enter the email address identified below in the ``Send Additional Email Notifications field of WAWF once a document is submitted in the system.
-----------------------------------------------------------------------
(g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activities WAWF point of contact.
-----------------------------------------------------------------------
(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.
5352.201-9101 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:
PAULA P. SMITH
AFDW/PK
1500 W. Perimeter Rd
Joint Base Andrews, MD 20762
Commercial Phone: (240) 612-6112
Email: paula.smith.3@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)
- Additional Contract Requirement or Terms and Conditions:
N/A
- Defense Priorities and Allocations System (DPAS):
N/A
- Proposal Submission Information:
All questions or comments must be sent to NLT 1:00PM EDT, 22 September 2022. Offers are due by 10:00 AM EDT, 23 September 2022 via electronic mail.
Contracting Officer
Contract Specialist
Margaret Santos
margaret.santos@us.af.mil
Keisha Teixeira
keisha.teixeira.1.ctr@us.af.mil
- For additional information regarding the solicitation, please contact the Contract officer or Contract Specialist listed in the posting.
Notice to Offerors:
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.
This solicitation incorporates one or more clauses and/or provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://acquisition.gov/
Attachments/Links
Contact Information
Contracting Office Address
- ADMIN ONLY NO REQTN CP 240 612 2997 1500 W PERIMETER RD STE 5750
- ANDREWS AFB , MD 20762-6604
- USA
Primary Point of Contact
- Keisha Teixeira
- keisha.teixeira.1.ctr@us.af.mil
- Phone Number 2406122942
Secondary Point of Contact
- Margaret Santos
- margaret.santos.civ@mail.mil
- Phone Number 2406122942
History
- Oct 08, 2022 11:56 pm EDTCombined Synopsis/Solicitation (Original)