Skip to main content

An official website of the United States government

You have 2 new alerts

Tactical Cots,Chairs, & Tables

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: Solicitation (Original)
  • Original Published Date: Aug 01, 2024 06:57 pm EDT
  • Original Date Offers Due: Aug 08, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 23, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7105 - HOUSEHOLD FURNITURE
  • NAICS Code:
    • 337126 - Household Furniture (except Wood and Upholstered) Manufacturing
  • Place of Performance:
    Tucson , AZ 85707
    USA

Description

                                       RFQ #FA4877-24Q-A-304 Tactical Camping Cots, Chairs, & Tables

  1. This is a solicitation for commercial items prepared in accordance with FAR Part 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
  2. Solicitation FA4877-24Q-A-304  is issued as a Request for Quotation (RFQ)
  3. This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2024-05, effective 05/22/2024, DFARS provisions and clauses, effective 05/30/2024, and DAFFARS provisions and clause, effective 06/12/2024.
  4. This procurement is being issued as a Total Small Business set-aside. The North American Industry Classification System Code is 337126 with a size standard of 950 employees.
  5. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so.
  6. Davis-Monthan Air Force Base intends to award a firm-fixed price contract for the following:
    1. CLIN 0001 – BLACK COVERTIBLE TACTICAL COT -  QTY: 40 ea
    2. CLIN 0002 – BLACK COT LEG (12 PCS) -  QTY: 40 ea
    3. CLIN 0003 – BLACK TATICAL SUNSET CHAIR  - QTY 40 ea
    4. CLIN 0004 –BLACK TATICAL TABLE -  QTY: 40 ea

*(Item measurements must be approximate to the specifications outlined with the Salient Characteristics document)*

  1. The government will place an order with the offeror whose quote meets lowest price and technical acceptability. Technical acceptability is defined and referred to within this solicitation document as the offeror’s capability statement to meet the defined Salient Characteristic of the products and service.
  2. Important Dates/Times (All Times are Mountain Standard Time)
    1. All questions must be submitted by email no later than 06 August 2024, Noon
    2. All quotes must be submitted by email no later than 08 August 2024, Noon
  3. It is the responsibility of the offeror to review the posting for any changes or amendments that may occur concerning this RFQ. It is the responsibility of the offeror to ensure all quotes and/or questions are submitted in a timely manner by specified due date.
  4. Point of Contacts:
    1. Primary: A1C Jonathan Turk,  jonathan.turk@us.af.mil, 520-228-2213
    2. Alternate: Micky Hallman, micky.hallman.1@us.af.mil, 520-228-2214

xi.          Attachments

    1. Salient Characteristics
    2. Provisions and Clauses

                                      52.212-2 Evaluation-Commercial Products and Commercial Services (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:

  1. Technical capability of the service offered to meet the Government requirement;
  2. Price;

The lowest priced offer will be evaluated for technical acceptability and best value to the Government.  If found technically acceptable and found to be the best value award will be made without further consideration.  If found technically unacceptable the government will evaluate the next lowest offer for technical acceptability until award can be made to the lowest priced technically acceptable offeror. Past Performance will not be evaluated. Therefore, the offeror’s initial offer should contain the offeror’s best  terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

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)

                                                                   5352.201-9101 ACC Ombudsman Oct 2019

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. 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).If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Deputy Director of

Contracting, AFICC /KC (OL-ACC), 114 Thompson Street, Bldg 586, Room 129, Langley AFB, VA 23665, telephone (757) 764-5372 (DSN 574-5372) email: acc. a7k1@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) 2562431.The ombudsman has no authority to render a decision that binds the agency. 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)

Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (May 2024)

(a) Definitions. As used in this clause–

Global warming potential means how much a given mass of a chemical contributes to global warming over a given time period compared to the same mass of carbon dioxide. Carbon dioxide’s global warming potential is defined as 1.0.

High global warming potential hydrofluorocarbons means any hydrofluorocarbons in a particular end use for which EPA’s Significant New Alternatives Policy (SNAP) program has identified other acceptable alternatives that have lower global warming potential. The SNAP list of alternatives is found at 40 CFR part 82, subpart G, with supplemental tables of alternatives available at ( https://www.epa.gov/snap/).

Hydrofluorocarbons means compounds that only contain hydrogen, fluorine, and carbon.

Ozone-depleting substance, means any substance the Environmental Protection Agency designates in 40 CFR part 82 as–

(1) Class I, including, but not limited to, chlorofluorocarbons, halons, carbon tetrachloride, and methyl chloroform; or

(2) Class II, including, but not limited to, hydrochlorofluorocarbons.

(b) The Contractor shall label products that contain or are manufactured with ozone-depleting substances in the manner and to the extent required by 42 U.S.C. 7671j (b), (c), (d), and (e) and 40 CFR part 82, subpart E, as follows:

Warning: Contains (or manufactured with, if applicable) *_______, a substance(s) which harm(s) public health and environment by destroying ozone in the upper atmosphere.

* The Contractor shall insert the name of the substance(s).

(c) The Contractor shall refer to EPA's SNAP program to identify alternatives. The SNAP list of alternatives is found at 40 CFR part 82, subpart G, with supplemental tables available at https://www.epa.gov/​snap/​.

                                                                                   (End of clause)

Contact Information

Contracting Office Address

  • ADMIN ONLY NO REQTN CP 520 228 3131 3180 S CRAYCROFT RD BLDG 2525
  • DAVIS MONTHAN AFB , AZ 85707-3522
  • USA

Primary Point of Contact

Secondary Point of Contact

History