Climate Controlled Workspace Conex
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: Solicitation (Updated)
- Updated Published Date: Aug 08, 2024 07:40 am EDT
- Original Published Date: Aug 06, 2024 03:41 pm EDT
- Updated Date Offers Due: Aug 09, 2024 01:00 pm EDT
- Original Date Offers Due: Aug 09, 2024 01:00 pm EDT
- Inactive Policy: Manual
- Updated Inactive Date: Aug 09, 2024
- Original Inactive Date: Aug 09, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 8145 - SPECIALIZED SHIPPING AND STORAGE CONTAINERS
- NAICS Code:
- 332439 - Other Metal Container Manufacturing
- Place of Performance: Washington , DC 20375USA
Description
GOVERNMENT POINT OF CONTACT
Purchasing Agent Name: Yina Brooks
Email: yina.brooks.civ@us.navy.mil
Telephone: 202-923-1546
Please reference this solicitation number on your correspondence and in the "Subject" line of your email. ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL.
This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2024-05 Effective: May 2024
This is a Total Small Business Set-Aside in accordance with FAR 13.003 (b)(1) on a Firm-Firm Fixed-Price (FFP) basis.
Supplies: BRAND NAME OR EQUAL.
Items must be brand name or equal in accordance with FAR 52.211-6.
Software/Hardware/Services:
This procurement is for new equipment ONLY, unless otherwise specifically stated. No remanufactured or "gray market" items are acceptable. All equipment must be covered by the manufacturer's warranty.
• Vendor shall be an Original Equipment Manufacturer (OEM), an OEM authorized dealer, an authorized distributor, or an authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions
• Offerors are required to submit documentation from the manufacturer stating that they are an authorized distributor for the specific items being procured.
Note: Maintenance Renewals - The performance period for maintenance renewals, (software licenses, services, etc.), must begin on or after the date of contract award. The performance period cannot be back dated. If reinstatement fees are required, they must be listed on separate line items.
**FOB DESTINATION IS THE PREFERRED METHOD**
Estimated Delivery Time: __________________
For FOB ORGIN ONLY, please provide the following information:
FOB Shipping Point: _______________________
Estimated Shipping Charge: _________________
Dimensions of Package(s): ____________________
Shipping Weight: __________________________
SUBMISSION INSTRUCTIONS:
All Quoters shall submit 1 (one) copy of their technical and price quote. Include your company UEI and or Cage Code on your quote. All quotations shall be sent via e-mail.
The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Award may be made without discussions or negotiations, therefore prospective contractors should have an active registration in the System for Award Management (SAM) database (www.sam.gov) in accordance with Federal Acquisition Regulation (FAR) Part 4.1102 and Part 52.204-7 when submitting a response to this solicitation.
Submission shall be received not later than the response date listed above. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on fax or e-mail.
Attachments/Links
Contact Information
Contracting Office Address
- 4555 OVERLOOK AVE SW
- WASHINGTON , DC 20375-5328
- USA
Primary Point of Contact
- Yina Brooks
- yina.brooks.civ@us.navy.mil
Secondary Point of Contact
- ALVIN WILLIAMS
- alvin.williams2.civ@us.navy.mil
History
- Aug 09, 2024 11:55 pm EDTSolicitation (Updated)
- Aug 08, 2024 07:40 am EDTSolicitation (Updated)
- Aug 06, 2024 03:42 pm EDTSolicitation (Updated)
- Aug 06, 2024 03:41 pm EDTSolicitation (Original)