Warehouse Supplies

expired opportunity(Expired)
From: Federal Government(Federal)
W912QG-22-Q-0033

Basic Details

started - 16 Aug, 2022 (20 months ago)

Start Date

16 Aug, 2022 (20 months ago)
due - 16 Aug, 2022 (20 months ago)

Due Date

16 Aug, 2022 (20 months ago)
Bid Notification

Type

Bid Notification
W912QG-22-Q-0033

Identifier

W912QG-22-Q-0033
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708398)DEPT OF THE ARMY (133020)NGB (17500)W7NZ USPFO ACTIVITY SC ARNG (197)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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.The South Carolina National Guard will award a Firm-Fixed Price Contract. This announcement constitutes only the solicitation; a Supply List is provided. This solicitation is issued as a request for quotes (RFQ) in accordance with FAR Parts 12 & 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2022-06. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARS) can be accessed on the internet at
href="http://acquisition.gov/This" target="_blank">http://acquisition.gov/This solicitation, W912QG-22-Q-0033, is being issued as a Request for Quote. This procurement is 100% Small Business Set-Asides. The NAICS code for this acquisition is 423840.  The contract will be awarded to the lowest priced technically acceptable proposal. Technical acceptability is meeting all solicitation AND Supply List requirements (SEE ATTACHMENT).This solicitation is not for third party vendors.  Quotes must come directly from the supplier. For quoting this requirement, be sure to follow the Contract Line-Item Structure listed below. Remember that the Government is a tax-exempt organization. Master Bill (ON CONTRACT)Line Item 0001: 50-Watt Megaphone with Siren AlertQuantity: 4Unit of issue: EachUnit Price: $ _____Line Item Total: _____Line Item 0002: No Smoking Area Sign, No Smoking, 4” X 12”, White/RedQuantity: 20Unit of issue: EachUnit Price: $ _____Line Item Total: _____Line Item 0003: Folding Wire Container 48”L x 40”W x 42-1/2”H 3000 Lb. CapacityQuantity: 60Unit of issue: EachUnit Price: $ _____Line Item Total: _____Line Item 0004: OSHA Sign, Safety First - Eye Wash Station, 10” X 14”, White/Green/BlackQuantity: 6Unit of issue: EachUnit Price: $ _____Line Item Total: _____Line Item 0005: OSHA Sign, Danger Propane No Smoking No Open Flame, 10” X 14”, White/Red/BlackQuantity: 10Unit of issue: EachUnit Price: $ _____Line Item Total: _____Line Item 0006: OSHA Sign, Caution Watch Out For Fork Lift Trucks, 10” X 14”, Yellow/BlackQuantity: 30Unit of issue: EachUnit Price: $ _____Line Item Total: _____Line Item 0007:  OSHA Sign, Danger No Smoking Within 50 Feet, 10” X 14”, White/Red/BlackQuantity: 30Unit of issue: EachUnit Price: $ _____Line Item Total: _____Line Item 0008:  Round Glass Convex Mirror, Outdoor, 36” Dia., 160   Viewing AngleQuantity: 15Unit of issue: EachUnit Price: $ _____Line Item Total: _____Line Item 0009:  Teardrop Pallet Rack Starter, 96”W X 42”D X 120”HQuantity: 40Unit of issue: EachUnit Price: $ _____Line Item Total: _____Line Item 0010:  Teardrop Pallet Rack Add-On, 96”W x 42”D x 120”HQuantity: 20Unit of issue: EachUnit Price: $ _____Line Item Total: _____Line Item 0011:  Pallet Rack Wire Decking, 46”W x 48”D (2500 lbs cap) GrayQuantity:  240Unit of issue: EachUnit Price: $ _____Line Item Total: _____Line Item 0012: Shipping and HandlingQuantity: 1Unit of issue: EachUnit Price: $ _____Line Item Total: _____ Grand Total CLINs 0001-00012: ________________The following FAR/DFAR clauses and provisions are applicable to this acquisition:52.203-19 Prohibition on Contracting with Entities that Require Certain InternalConfidentiality Agreements of Statements52.204-7 System for Award Management52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards52.204-16 Commercial and Government Entity Code Reporting52.204-18 Commercial and Government Entity Code Maintenance52.204-21 Basic Safeguarding of Covered Contractor Information System52.204-22 Alternative Line-Item Proposal52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and Video Surveillance Services or Equipment52.204-25 Prohibition on Contracting for Certain Telecommunications52.204-26 Covered Telecommunications Equipment or Services-Representation.52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment52.209-10 Prohibition on Contracting with Inverted Domestic Corporations52.212-1 Instructions to Offerors--Commercial Items52.212-2 Evaluation--Commercial itemsBasis of Award: Lowest Priced Technically Acceptable (LPTA). Technical acceptable is meeting all solicitation and performance work statement (PWS) requirements.52.212-3 ALT I Offeror Representations and Certifications--Commercial Items.Include completed copy of this provision with your proposal or indicate (with DUNS Number) that current information is available on the federal government website SAM (https://www.sam.gov/).52.212-4 Contract Terms and Conditions--Commercial Items52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation 2013-O0019)52.219-6 Notice of Total Small Business Set-Aside52.219-14 Limitations on Subcontracting52.219-28 Post-Award Small Business Program Representation52.222-3 Convict Labor52.222-19 Child Labor -- Cooperation with Authorities and Remedies52.222-21 Prohibition Of Segregated Facilities52.222-26 Equal Opportunity52.222-36 Equal Opportunity For Workers With Disabilities52.222-50 Combating Trafficking in Persons52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving52.225-13 Restrictions on Certain Foreign Purchases52.232-33 Payment by Electronic Funds Transfer-System for Award Management52.232-39 Unenforceability of Unauthorized Obligations52.232-40 Providing Accelerated Payments to Small Business Subcontractors52.233-3 Protest after Award52.233-4 Applicable Law for Breach of Contract Claim52.252-2 Clauses Incorporated By Reference252.203-7000 Requirements Relating to Compensation of Former DoD Officials255.203-7005 Representation Relating to Compensation of Former DoD Officials252.204-7003 Control of Government Personnel Work Product252.204-7011 Alternative Line Item Structure252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services252.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities252.211-7003 Item Unique Identification and Valuation252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System- Statistical Reporting in Past Performance Evaluations252.225-7001 Buy American and Balance of Payments Program252.225-7048 Export-Controlled Items252.225-7055 Representation Regarding Business Operations with the Maduro Regime252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime252.232-7003 Electronic Submission of Payment Requests and Receiving Reports252.232-7006 Wide Area Workflow Payment Instructions252.232-7010 Levies on Contract Payments252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel252.244-7000 Subcontracts for Commercial ItemsTo be awarded this contract, the offeror must be registered in the System for Award Management (SAM) at the time an offer or quotation is submitted IAW FAR 4.1102(a). The registration must be ACTIVE. The website for SAM is https://www.sam.gov/SAM/. All vendors MUST have a publicly visible registration in SAM. UEI, CAGE Code & Federal Tax ID number, and solicitation number MUST be listed on quotes. Please complete requirements at FAR 52.212-3. All questions in response to this notice must be submitted by email to james.d.littlejohn4.civ@army.mil no later than 10:00am (EST) Friday, August 12, 2022. The deadline for quotes is Tuesday, August 16, 2022, by 3:00 PM EST. Email final quotes to james.d.littlejohn4.civ@army.mil.  Please include the Solicitation number W912QG-22-Q-0033 in the subject line of the email.

,
  29201  USALocation

Place Of Performance : N/A

Country : United StatesState : South CarolinaCity : Columbia

Classification

naicsCode 423840Industrial Supplies Merchant Wholesalers
pscCode 7125Cabinets, Lockers, Bins, and Shelving