Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2016 FBO #5378
SOLICITATION NOTICE

71 -- FIRE DEPARTMENT LOCKERS

Notice Date
8/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 187 FW/LGC, 5187 SELMA HIGHWAY, MONTGOMERY, Alabama, 36108-4824
 
ZIP Code
36108-4824
 
Solicitation Number
F6L3FM6145AW01
 
Archive Date
10/1/2016
 
Point of Contact
Kathryn P. Graham, Phone: 3343947531, Stephen A. Shanks, Phone: 3343947530
 
E-Mail Address
kathryn.p.graham.mil@mail.mil, stephen.a.shanks2.mil@mail.mil
(kathryn.p.graham.mil@mail.mil, stephen.a.shanks2.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combination synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. 1. The solicitation number is: F6L3FM6145AW01 The solicitation is issued as a request for quotation (RFQ). Quotes shall be valid 30 calendar days after the close of the solicitation. 2. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. 3. This solicitation is set aside for total small business and associated NAICS code 337215 with the following small business standard 500 EMP. 4. CLIN 0001, EMERGENCY RESPOSNSE LOCKERS, 50 EA. 5. The Fire Department seeks to purchase 50 personal gear storage lockers. The lockers must be all steel construction and measure approximately 24 inches wide, 24 inches deep and 72 inches high. Lockers must be red in color. Lockers may feature single or double doors, but double door models cannot have a divider that splits the locker into two units or sections. Doors and sides must be ventilated. Locker doors must have a steel hasp compatible with personal padlock devices. The locker is required to contain duffel bags and heavy personal military gear. Shelving and platforms should be kept to a minimum, with one shelf with one vertical partition at the top of the locker with a one (1) foot clearance from the ceiling being optimal, on order to maximize storage. The bottom portion of the locker shall have a full width enclosed drawer. Lockers must at least feature 40 inches of open space from the bottom of the locker to an installed shelving to meet gear storage requirements. Storage hooks may be installed in the back of the locker below any installed shelving. Lockers must be delivered fully assembled. Installation will be accomplished by the Alabama Air National Guard. An example of what is requested would be the configuration of ERL 24" Wide, with 12"Upper Compartment, Seat Shelf, Drawer on www.republicstorage.com a. Descriptive Literature: Offerors shall submit copies of descriptive literature (with pictures) describing their proposed equipment with enough detail to ascertain whether the equipment meets the criteria listed above. b. Documents to be included: In order to be considered to award, offerors shall provide (1) a quote on company letterhead including the company DUNS #, detailing the item description, unit price per item, total price and shall be valid for at least 30 days; c. Rejection of Quotation: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer and will be considered. 6. Delivery: FOB Destination. Delivery to: 187th Fighter Wing - F6L3FM, 5187 Selma HWY Montgomery AL 36109-5402 DELIVERY DATE DUE: The Government required delivery on or before 30 days ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation. 7. The following provisions and clauses apply to this acquisition and can be found in full text at http://farsite.hill.af.mil/. Far 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items: FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.204-7, System for Award Management.; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items are applicable to this acquisition: FAR 52.240-10, Reporting Executive Compensation and First Tier Subcontract Awards, Far 52.222-3, Convict Labor (E.O 11755), FAR 52-222-19, Child Labor, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management, FAR 52.232.36, Payment by Third Party (31U.S.C. 3332), FAR 52.233-2 Service of Protest and FAR 52.233-3 Protest After Award; 52.222-50 Combatting Trafficking In Persons; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; 252.204-7015 Disclosure of Information to Litigation Support Contractors; 252.223-7008 Prohibition of Hexavalent Chromium; 252.225-7001 Buy American and Balance of Payment Program; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 Wide Area Workflow Payment Instructions; 252.232-7010 Levies on Contract Payments; 252.244-7000 Subcontracts for Commercial Items; 252.225-7048 Export Controlled Items; 8. Evaluation and Award Factors - In accordance with FAR 13.106-1(a)(2) the contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, and considered best value. The Government intends to award a Firm Fixed Price contract. 9. Any amendment and documents related to this procurement will be available electronically at the internet site: http://www.fbo.gov Potential Offerors will be responsible for downloading their own copy of these documents related to this procurement. Furnish quotes to TSgt Kathryn Graham, Contracting Specialist, 187th Fighter Wing at kathryn.p.graham.mil@mail.mil, no later than 4:00 PM Central Standard Time on 19 August 2016. Requests for Information (RFI) may be sent no later than 18 August 2016 to kathryn.p.graham.mil@mail.mil. Late quotes will be not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA01-1/F6L3FM6145AW01/listing.html)
 
Place of Performance
Address: 187TH FIGHTER WING - FIRE DEPARTMENT, 5187 SELMA HWY, MONTGOMERY, Alabama, 36109, United States
Zip Code: 36109
 
Record
SN04222021-W 20160814/160812235008-edafbd55240fdd4b45eea9866fdb4975 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.