TOOLBOXES & TOOLS

expired opportunity(Expired)
From: Federal Government(Federal)
FA665621R0017

Basic Details

started - 04 Aug, 2021 (about 2 years ago)

Start Date

04 Aug, 2021 (about 2 years ago)
due - 07 Sep, 2021 (about 2 years ago)

Due Date

07 Sep, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
FA665621R0017

Identifier

FA665621R0017
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708681)DEPT OF THE AIR FORCE (60426)AFRC (873)FA6656 910 AW LGC YNGSTN WRN ARPT (92)
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 a commercial item prepared 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; quotations are being requested and a written solicitation will not be issued.  The solicitation number is FA665621R0017 and is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2021-06 (10 June 2021) and the Defense Federal Acquisition Regulation Supplement (DFARS) (23 Nov 2020). This solicitation is issued to full and open competition. The North American Industrial Classification System (NAICS) code for this commercial service is 332439; the small business size standard is 500.The 910th AW has a requirement to procure the commercial item listed below:This acquisition is for three (3) toolboxes and tools in accordance with the
attached requirements documents. The supplied toolboxes and tools must be brand name or equal to the Snap-On tools and toolbox model KTL1022AP and must include standard etching for tools up to 12 characters.  The toolbox must be large enough to fit the tools described in the requirements document. Each tool in the requirement document is accompanied by a National Stock Number or Snap-On part number for reference. All tools must be of Snap-On quality or equivalent. All tools supplied must be made in the United States or one of the qualifying countries found in clause 252.225-7001 Buy American and Balance of Payments Program. Contractor is responsible for laser etching all tools with an inventory code to be determined at the time of award. Contractor must provide foam drawer inserts that are cut to the shape of each tool.  Contractor must be capable of building TCMax inventory.The Government's intent is to award a single firm fixed-price contract between the Government and the Contractor to the lowest price technically acceptable offer in accordance with FAR 15.101-2 and FAR 52.211-6, Brand Name or Equal. This notice does not obligate the government to award a contract, nor does it obligate the government to pay for any proposal preparation costs.The following Federal Acquisition Regulation (FAR) and Defense Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this acquisition and incorporated by reference. These provisions and clauses can be read in full text and accessed electronically at the following website: http://www.acquisition.gov. List of applicable provisions:FAR 52.204-7, System for Award Management (Oct 2018)FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)FAR 52.204-17, Ownership or Control of Offeror (Aug 2020)FAR 52.211-6, Brand Name or Equal (Aug 1999) FAR 52.212-1, Instructions to Offerors, Commercial Items (Jul 2021)FAR 52.212-2, Evaluation -- Commercial Items, (Oct 2014)The evaluation factors that will be used to determine award will be lowest price technically acceptable.FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Feb 2021).Offerors must include a completed copy of the provision at FAR Part 52.212-3 or have completed the on-line certification at http://www.beta.sam.gov.FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications (Jun 2020)DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011)DFARS 252.204-7004 (Alternate A), System for Award Management (Feb 2019)DFARS 252.225-7000, Buy American Statute--Balance of Payments Program Certificate (Nov 2014)FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998).List of applicable clauses:FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award (Jun2020)FAR 52.204-13, System for Award Management Maintenance (Oct 2018)FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)FAR 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jun 2020)FAR 52.212-4, Contract Terms and Conditions-Commercial items (OCT 2018)FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (17 Nov 2020) (DEVIATION 2013-O0019)FAR 52.222-3, Convict Labor (June 2003)FAR 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Oct 2016)FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015)FAR 52-222-26, Equal Opportunity (Sept 2016)FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2020)FAR 52.222-50, Combating Trafficking in Persons (Oct 2020)FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020)FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)FAR 52.232-33, Payment by Electronic Funds Transfer (Oct 2018)FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013)FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)FAR 52.233-1, Disputes (May 2014)FAR 52.233-3, Protest After Award (Aug 1996)FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011)DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights (Sept 2013)DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2019)DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016)DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016)DFARS 252.225-7001, Buy American and Balance of Payments Program - Basic (Dec 2017)DFARS 252.225-7048, Export-Controlled Items (Jun 2013)DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (Dec 2018)DFARS 252.232-7009, Mandatory Payment by Government wide Commercial Purchase Card (May 2018)DFARS 252.232-7010, Levies on Contract Payments (Dec 2006)DFARS 252.244-7000, Subcontracts for Commercial Items and Commercial Components (DoD Contracts) (Jan 2021)AFFARS 5352.201-9101, Ombudsman (Oct 2019)AFFARS 5352.223-9000, Elimination of Use of Class 1 Ozone Depleting Substances (ODS) (Oct 2019)FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998)Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Offerors are required to provide their Contractor’s DUNS Number, Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the System for Award Management (SAM) http://beta.sam.gov. Offerors must have a current SAM record prior to receiving an award for this solicitation. All responsible sources may submit a response which, if received by the closing date listed below, shall be considered by the 910 MSG/CONF. All quotes must state at a minimum the unit price. Offerors are responsible for ensuring their quote has been received and is legible. Quote must be received by the 910th Contracting Office no later than 10:00 a.m. Eastern Standard Time (EST) on 7 September 2021. Please submit quote via email to ashley.senich@us.af.mil, fax at (330) 609-1042, or by mail to 910th MSG/CONF, BLDG 504, ATTN: Ashley Senich, Youngstown Air Reserve Station, 3976 King Graves Road-Unit 31, Vienna Ohio 44473. If you have any questions or require additional information, please contact Contract Specialist Ashley Senich ashley.senich@us.af.mil or Contracting Officer Joseph Perry at joseph.perry.14@us.af.mil.Government’s intent is to award a single firm fixed-price contract between the Government and the Contractor, to the lowest price technically acceptable offer. This notice does not obligate the government to award a contract, nor does it obligate the government to pay for any quotation preparation costs.Contracting Office Address:Youngstown Air Reserve Station910 MSG/CONF3976 King Graves Rd-Unit 31Vienna, OH 44473-5931Place of Delivery/Acceptance:910 AW/LRS3976 King Graves Rd.Vienna, OH 44473-5931Point of Contact:910 MSG/CONF Unit 313976 King Graves Rd.Vienna, OH 44473-5931

Vienna ,
 OH  44473  USALocation

Place Of Performance : N/A

Country : United StatesState : OhioCity : Trumbull County

Classification

naicsCode 332439Other Metal Container Manufacturing
pscCode 5140Tool and Hardware Boxes