Skip to main content

An official website of the United States government

You have 2 new alerts

MXS TOOLBOXES AND TOOLS

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: Jun 18, 2024 07:59 am EDT
  • Original Published Date: Jun 14, 2024 11:48 am EDT
  • Updated Date Offers Due: Jul 12, 2024 02:00 pm EDT
  • Original Date Offers Due: Jul 12, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jul 27, 2024
  • Original Inactive Date: Jul 27, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5120 - HAND TOOLS, NONEDGED, NONPOWERED
  • NAICS Code:
    • 332216 - Saw Blade and Handtool Manufacturing
  • Place of Performance:
    Chicopee , MA 01022
    USA

Description

6/18/24: Adding attachment "Updated Salient Feature Tool List" to address a clarification issue.  Please note, as stated in the solicitation documents this is not a Name Brand or Equal set aside and ONLY tools that meet those specifications outlined in the original Salient Feature List need be offered to pass technical acceptability. Snap-On tools are NOT required. 

----------------------------------------------------------------------------------------------------------------------------------------------------------------------------

Please see attached "Salient Feature 2 Toolboxes and Tools”.  Please note, as stated in the solicitation documents this is not a Name Brand or Equal set aside and ONLY tools that meet those specifications outlined in the original Salient Feature List need be offered to pass technical acceptability. 

(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; Quotes are being requested and a written solicitation will not be issued.

(ii)    Solicitation number FA660624Q0010, is hereby issued as a Request for Quotes (RFQ) for 2 10 Draw 55” Toolboxes with Tools. A contract will be issued without discussions as a Firm-Fixed Price (FFP) award utilizing FAR Part 13, Simplified Acquisition Procedures.

(iii)    This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2024-05 and the Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20240425, and Defense Air Force Federal Acquisition Regulation Supplement 20230707. It is the contractor's responsibility to become familiar with applicable provisions and clauses by visiting https://www.acquisition.gov/.

(iv)    This solicitation is a 100% small business set aside and is restricted to small businesses only in accordance with FAR 19.502-2(b). The North American Industry Classification System Code (NAICS) is 332216 – Saw Blade and Hand Tool Manufacturing; Small Business Size Standard is 750 employees.

(v)    Vendor MUST provide unit & total price per CLIN as outlined in the attachment "Solicitation CLIN Schedule (Fillable)".

(vi)   Description of Requirement: The vendor will provide proposed pricing for two (2) 10 Draw 55” Toolboxes with Toolkit, each draw will be lined with 2 layers of foam, black on top and red on the bottom. The black layer will have the shadow cutouts of each tool as well as etching services described below and tools per kit IAW attachment “Salient Features 2 Toolboxes and Tools”.

See attachment for specific breakdown of agency needs.

Etching services for the Workstation Toolkit provided must be uniquely identified with a distinct etching format. The etching format shall follow the pattern "W5MXDSM01" for the first toolbox and "W5MXDSMO2" for the second toolbox. Contractors are required to adhere to this etching format for clear identification and inventory management purposes. 

(vii)    Acceptance is FOB destination: 439 MXS/MXMT, 350 Hangar Avenue, Westover ARB, MA 01022-1537 United States

(viii)   Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.

Quotes must include the following information: Pricing, Company Name & Address, Point of Contract, Telephone, Email, Cage Code, UEI Number, and Business Size.

Unless already completed on SAM.gov as part of annual certifications, vendors MUST certify provision 52.204-24 and 52.204-26 by completing the attached PDF titled, “FA660624Q0010 Clause Set” and submitting it with their Quote.

Vendor Solicitation amendments, if any, need to be acknowledged.

(ix)    Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. This requirement will be awarded on a basis of lowest price technically acceptable. Price - Total evaluated price will be used and will be calculated by determining the sum of CLINS 0001. Technical acceptability - Quotes will be evaluated on an acceptable or unacceptable basis. To receive an acceptable rating, vendors MUST provide detailed information regarding warranties for each item, including duration and coverage. Failure to provide warranty information may result in disqualification.

(x)    Unless already completed on SAM.gov as part of annual certifications, Vendors MUST certify provision 52.212-3 - Offeror Representations and Certifications-Commercial Items by filling in the appropriate fields in attached PDF titled, “FA660624Q0010 Clause Set” and submitting with your Quote.

(xi)    Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.

(xii)    Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. 

(xiii)    IAW FAR 52.204-16, prospective awardees shall have an active Cage Code prior to award of a government contract. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/SAM/. All vendors interested and capable of obtaining contract award must be registered with the Wide Area Work Flow (WAWF) located at https://piee.eb.mil/piee-landing/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered.

(xiv)    Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition.

(xv)    Quotes must be submitted via email no later than (NLT) 2:00 PM EDT Friday 12 July 2024 to rosalie.connelly.1@us.af.mil & robert.stacy.2@us.af.mil with "Solicitation FA660624Q0010 " in the subject line. Requests for Information (RFI) concerning this requirement must be submitted in writing to the email list above no later than 2:00 PM EDT Tuesday 02 July 2024.

(xvi)    Questions concerning this soliciting should be directed to rosalie.connelly.1@us.af.mil & robert.stacy.2@us.af.mil. Ensure to include the solicitation number “FA660624Q0010” in the subject line.

(xvii)    Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made.

Contact Information

Contracting Office Address

  • CP 413 557 3508 250 AIRLIFT DR BLDG 2400
  • WESTOVER AFB , MA 01022-1508
  • USA

Primary Point of Contact

Secondary Point of Contact

History