Skip to main content

An official website of the United States government

You have 2 new alerts

Snap-On Automatic Tool Control Toolboxes

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: Aug 26, 2024 08:57 am CDT
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 14, 2024
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Updated 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:
    Fort Snelling , MN 55111
    USA

Description

Rev 1, extending posting:

Quotes are due in this office no later than 31 August 2024 @ 3:00 PM (CST).

Submit quotes electronically to ann.feist.1@us.af.mil

Description:

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement is being issued as a request for quotation (RFQ) and constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2024-05. This combined synopsis/solicitation is set-aside 100% for small business. The North American Industrial Classification Standard 332216 applies to this solicitation; business size standard is 750 EMP. The Contracting Officer reserves the right to award under a different NAICS if the company would qualify as a small business under the solicited NAICS.

The Minnesota Air National Guard has plans to issue a firm-fixed price order for the following:

Automatic Tool Control (ATC) Toolboxes “BRAND NAME SPECIFIC”

               Attachments:

  1. A02 SOW ATC Toolbox MXG final
  2. A02 SOW Pricing Spreadsheet ATC Toolboxes MXG
  3. A03 Brand Name J&A ATC Toolboxes redacted

Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available. Quotes must be good through 30 September 2024.

****Quotation instructions****

Evaluation:

The Government plans to award a contract resulting from this solicitation to the offer conforming to the solicitation which will be most advantageous to the Government. Quotes will be evaluated based on:

Best value using price, technical acceptability, equipment capabilities, delivery time, and past performance (based on FAPIIS, SPRS, CPARS, and references)

In accordance with 15.304, the relative importance of all other evaluation factors, when combined, are considered equal to price.

All solicitation specifications are not absolute and the 133AW will consider innovative solutions to this requirement. Quotes may be comparatively evaluated in compliance with FAR 13.106-2 (b) (3).

*Provide sufficient information and details to allow for a full and comprehensive evaluation of your quote.*

Multiple Solutions:

Multiple solutions to the requirement should be offered as alternative quotes and will be evaluated as separate offers. Multiple solutions are encouraged. Innovative solutions are encouraged and will be evaluated in accordance with the intent of this requirement. Standing quotes may be considered as responsive if in the best interest of the government.

GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. If not already registered in SAM, go to https://sam.gov/ to register prior to submitting quote.

Offeror MUST provide Tax ID and CAGE Code and UEI with proposal. All questions and quotes must be directed to the 133AW Contracting Officer via email at ann.feist.1@us.af.mil. Questions asked within 2 days of solicitation close will be answered at the discretion of the Contracting Officer. Emailed quotes are preferred. Late quotes may be rejected at the Contracting Officer’s discretion.

Electronic Documents: All electronic documents must NOT be “secured”, “locked”, or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB.

A small business joint venture offeror must submit, with its offer[HMRSUA1M1] , the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories:

(A) Small business;

(B) Service-disabled veteran-owned small business;

(C) Women-owned small business (WOSB) under the WOSB Program;

(D) Economically disadvantaged women-owned small business under the WOSB Program; or

(E) Historically underutilized business zone small business.

 [HMRSUA1M1]Class Deviation 2023-O0001

see Policy Alert # 23-011.  Statement required until SAM is aligned with the FAR (FAR Case 2017-019)

Contact Information

Contracting Office Address

  • KO FOR MNANG DO NOT DELETE 610 MILITIA DR
  • SAINT PAUL , MN 55111-4112
  • USA

Primary Point of Contact

Secondary Point of Contact

History