ISU Storage Cabinet

expired opportunity(Expired)
From: Federal Government(Federal)
F1M3T19042AW01

Basic Details

started - 21 Mar, 2019 (about 5 years ago)

Start Date

21 Mar, 2019 (about 5 years ago)
due - 25 Mar, 2019 (about 5 years ago)

Due Date

25 Mar, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
F1M3T19042AW01

Identifier

F1M3T19042AW01
Department of the Air Force

Customer / Agency

DEPT OF DEFENSE (710286)DEPT OF THE AIR FORCE (60569)AMC (72689)FA4418 628 CONS PK (558)

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.

COMBINED SYNOPSIS/SOLICITATIONISU-90 Storage Cabinet IAW FAR 12.603(c)(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. Proposals are requested and a written solicitation will not be issued.(ii) The synopsis/solicitation reference number is F1M3T19042AW01-Amendment 1 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combination synopsis/solicitation that will be used to submit quotes.(iii) This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-101, Effective 20 Jul 2018.This acquisition is solicited on an unrestricted basis under NAICS code 332439 with a size standard of 500 employees.Contractor shall submit a quote for all brand name or equal items necessary for the acquisition of four Internal Stability Units
(ISU-90) Storage Cabinets at Joint Base Charleston AFB, South Carolina. All responsible vendor sources may submit a quote, which shall be considered.The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil)FAR 52.212-1 Instructions to Offerors - Commercial Items(vii) FAR 52.212-2, Evaluation - Commercial ItemsThe Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance:Price. The Government will evaluate the total price of the offer for award purposes. Technical capability of the item offered to meet the Government requirement.The Government will award a contract to the lowest priced technically acceptable offer.(viii) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov.(ix) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.(x) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition.(xi) The following additional clauses are applicable to this procurement (notall inclusive): FAR 52.204-7 System for Award ManagementFAR 52.204-13 System for Award Management MaintenanceFAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations FAR 52.211-17 Delivery of Excess QuantitiesFAR 52.222-3 Convict LaborFAR 52.222-19 Child LaborFAR 52.222-21 Prohibition of Segregated FacilitiesFAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-26 Equal OpportunityFAR 52.222-50 Combatting Trafficking in PersonsFAR 52.223-18 Encouraging Contractor Policies to Ban TextMessaging While DrivingFAR 52.225-1 Buy American Act - SuppliesOfferors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products.FAR 52.225-13 Restrictions on Certain Foreign PurchasesFAR 52.255-25 Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representations and CertificationsFAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management FAR 52.233-3 Protest after AwardFAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by ReferenceFAR 52.253-1 Computer Generated FormsDFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials DFARS 252.225-7001 Buy American Act and Balance of PaymentsProgramDFARS 252.225-7002 Qualifying Country Sources as SubcontractorsDFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File TransferPage 4 of 6Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.)DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7010 Levies on Contract PaymentsDFARS 252-243-7001 Pricing of Contract Modifications DFARS 252.246-7000 Material Inspection and Receiving Report AFFARS 5352.201-9101 OmbudsmanOMBUDSMAN (JUNE 2016)(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/AFRCO/SMC ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.(d) The ombudsman has no authority to render a decision that binds the agency.(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.(End of clause)Responses to this combined synopsis/solicitation must be received via email by 25 March 2019, no later than 2:00 PM EST. Requests should be marked with solicitation number F1M3T19042AW01-Amendment 1.Questions can be addressed to Patrina James, Contract Specialist, at (843) 963-5159; email patrina.james.1@us.af.mil.For more opportunities, visit https://www.fbo.gov/ Also see: http://www.sba.govPage 5 of 6 - Internal Air Certified- External Air Certifiable- Aluminum extrudedSalient Characteristics ISU-90 KIT- Mechanically fastened base (463L certified)- 108"W X 88"L X 91.35"H- 4-Doors, two tall doors on each side- 8 shelves and 2 dividers- Payload up to 10,000 lbs.- 4-Way Fork-liftable- Stackable 2-high when loaded with up to 10,000 lbs. or empty- Intermodal - Transport by Air, Land, Sea, or Rail- Compatible with standard military transport vehicles/equipment- Designed for organization of parts, materials, or equipment- Winching rings at every lower corner- Retractable folding steps for easy roof access for sling hook-up 

101 East Hill Boulevard, Building 503 Charleston AFB, South Carolina 29404 United StatesLocation

Place Of Performance : 101 East Hill Boulevard, Building 503

Country : United States

Classification

332 -- Fabricated Metal Product Manufacturing/332439 -- Other Metal Container Manufacturing
naicsCode 332439Other Metal Container Manufacturing
pscCode 81CONTAINERS/PACKAGING/PACKING SUPPL