Skip to main content

An official website of the United States government

You have 2 new alerts

Stand-alone Paint Booth and Mixing Booth

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 (Updated)
  • Updated Published Date: Oct 07, 2024 08:19 am EDT
  • Original Published Date: Aug 29, 2024 09:52 am EDT
  • Updated Date Offers Due: Oct 04, 2024 10:00 am EDT
  • Original Date Offers Due: Sep 30, 2024 10:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Oct 19, 2024
  • Original Inactive Date: Oct 15, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5450 - MISCELLANEOUS PREFABRICATED STRUCTURES
  • NAICS Code:
    • 332311 - Prefabricated Metal Building and Component Manufacturing
  • Place of Performance:
    Vienna , OH 44473
    USA

Description

This is a COMBINED SYNOPSIS/SOLICITATION for a commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA665624Q0015 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular Federal Acquisition Circular (FAC) 2024-06 (30 July 2024) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice (15 August 2024).  This solicitation is 100 percent total small business set-aside: the North American Industrial Classification System (NAICS) code for this commercial item is 332311; the small business size standard is 750 employees.

The 910th AW has a requirement to procure the commercial item(s) listed below.

The National Guard and Reserve Equipment Account (NGREA) funding is presently available for this acquisition.

This acquisition is for the purchase of the following item(s): 

CLIN 0001 – Standalone Paint Booth and Supporting Equipment

CLIN 0002 – Mixing Booth and Supporting Equipment

CLIN 0003 – Shipping/Freight

Please see attached:  ATTH 1 - Statement of Work

                                    ATTH 2 - Drawings

                                    ATTH 3 - EAL – Entry Access for Site Visit

                                    ATTH 4 - FAR Clause 52.212-3

                                          

Government, price and other factors considered.  The following factors shall be used to evaluate offers (i) technical capability of item to meet the government requirement in accordance with the above CLINs. (ii) Price.

Government's intent is to award a single contract from this solicitation to the responsible offeror whose quote conforms to the solicitation and will be most advantage to the Government, in accordance with FAR 52.212-2. Offerors are required to provide their Contractor's Entity Identification, Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in and Wide Area Workflow (WAWF) for payment purposes. For WAWF assistance, please visit their website at:  https://wawf.eb.mil/ or by phone at: 801-605-7095. This notice does not obligate the government to award a contract, nor does it obligate the government to pay for any quotation preparation costs. 

The following Federal Acquisition Regulation (FAR) and Defense Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this acquisition and incorporated by reference.  See Acquisition.gov for further information.

List of applicable provisions:

FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

FAR 52.204-7, System for Award Management

FAR 52.204-16, Commercial and Government Entity Code Reporting

FAR 52.204-17, Ownership or Control of Offeror

FAR 52.204-20, Predecessor of Offeror

FAR 52.204-22, Alternative Line Item Proposal

FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation

FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation

FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law

FAR 52.212-1, Instructions to Offerors, Commercial Items

FAR 52.212-2, Evaluation

FAR 52.212-3, Offeror Representations and Certifications-Commercial Items – ALT I (SEE ATTACHMENT #4)

FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video

Surveillance Services or Equipment

FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications

DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials

DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls

DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Representation

DFARS 252.204-7024, Notice on the Use of the Supplier Performance Risk System

DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors

DFARS 252.225-7000, Buy American--Balance of Payments Program Certificate

DFARS 252.225-7055, Representation Regarding Business Operations with the Maduro Regime

DFARS 252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation

(End of provision)

List of applicable clauses:

FAR 52.203-18, Internal Confidentiality Agreements or Statements-Representation

FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards

FAR 52.204-13, System of Award Management Maintenance

FAR 52.204-18, Commercial and Government Entity Code Maintenance                                                                                                                                       

FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or

Provided by Kaspersky Lab and Other Covered Entities

FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance

Services or Equipment

FAR 52.204-27, Prohibition on a ByteDance Covered Application

FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations

FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or Felony Conviction under any Federal Law

FAR 52.212-4, Contract Terms and Conditions-Commercial Items 

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items   

FAR 52.219-6, Notice of Total Small Business Set-Aside (DEVIATION 2020-O0008) (Revision 2)

FAR 52.219-8, Utilization of Small Business Concerns

FAR 52.219-28, Post Award Small Business Program Representation

FAR 52.219-33, Nonmanufacturer Rule

FAR 52.222-3, Convict Labor

FAR 52.222-19, Child Labor—Cooperation with Authorities and Remedies

FAR 52.222-21, Prohibition of Segregated Facilities

FAR 52.222-26, Equal Opportunity

FAR 52.222-36, Equal Opportunity for Workers With Disabilities

FAR 52.222-50, Combating Trafficking in Persons

FAR 52.223-5, Pollution Prevention and Right-to-Know Information

FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving

FAR 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction

Goals-Representation 

FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management

FAR 52.232-39, Unenforceability of Unauthorized Obligations

FAR 52.233-1, Disputes Alt I

FAR 52.233-3, Protest After Award

FAR 52.233-4, Applicable Law for Breach of Contract Claim

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials

DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights

DFARS 252.204-7003, Control of Government Personnel Work Product

DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls

DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting

DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support

DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

DFARS 252.211-7003, Item Unique Identification and Valuation

DFARS 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Material

DFARS 252.223-7008, Prohibition of Hexavalent Chromium

DFARS 252.225-7001, Buy American and Balance of Payments Program

DFARS 252.225-7002, Qualifying Country Sources as Subcontractors

DFARS 252.225-7012, Preference for Certain Domestic Commodities

DFARS 252.225-7048, Export-Controlled Items

DFARS 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime

DFARS 252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region

DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports

DFARS 252.232-7006, Wide Area Workflow Payment Instructions

DFARS 252.232-7010, Levies on Contract Payments

DFARS 252.232-7017, Accelerating Payments to Small Business Subcontractors-Prohibition on Fees and Consideration

DFARS 252.243-7001, Pricing of Contract Modifications

DFARS 252.244-7000, Subcontracts for Commercial Items

DFARS 252.247-7023, Transportation of Supplies by Sea

AFFARS 5352.201-9101, Ombudsman

AFFARS 5352.223-9001, Health and Safety on Government Installations

AFFARS 5352.242-9000, Contractor Access to Air Force Installations

(End of Clause)

Contract Specialist shall verify company information is accurate and current in the System for Award Management (SAM).  Offerors must be registered in SAM without exclusion when quote is received by the Contracting Office.

All quotes must state at a minimum list the unit price, discount/payment terms, delivery time after receipt of award, and expiration date of quote. Offerors are responsible for ensuring their quote has been received and is legible.  Verbal quotes will not be accepted.  PLEASE SUBMIT DIAGRAM OF PLANS WITH YOUR QUOTE.
 

If you have any questions or require additional information regarding the Statement of Work, please submit them in writing by Wednesday, 18 September 2024 at 10:00p.m. EST.  Answers will be posted by 23 September 2024.

Site visit will be on 10 September 2024 at 10:00p.m. EST.   Please submit request by 5 September 2024 at 3:00p.m. EST. Attendance is highly recommended.

EAL – Entry Access for Site Visit form is attached.  Please do not send directly to contract specialist via email.  Visit https://safe.apps.mil/ to request a drop off.   

Contact Information

Contracting Office Address

  • ADMINISTRATIVE ONLY NO REQUISITIONS 3976 KING GRAVES RD
  • VIENNA , OH 44473-0910
  • USA

Primary Point of Contact

Secondary Point of Contact





History