The RFP Database
New business relationships start here

Flightline Office Containers


North Dakota, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Description:
(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 being requested, and a written solicitation will not be issued.

(ii) The solicitation number FA4528-17-Q-TR59 is being issued as a request for quotation.


(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95.


(iv) This acquisition is 100 percent set aside for Service-Disabled Veteran Owned Small Business. The North American Industry Classification System (NAICS) code is 332311 with a size standard not to exceed 750 Employees.


(v) 6 ea. Modular office Containers


(vi) We require each container to have the following features:
- Size must be 20'L X 8'W X 8.5‘H
- Insulated walls and ceiling
- Interior divided into 2 areas; 6' x 8' storage area and 14' x 8' personnel area, areas must be separated by painted plywood insulated wall.
- Exterior Cargo doors for storage area (6' x 8' section) must be operable with leaver and deadbolt
- Vinyl flooring throughout
- Customizable colors
- Three (3) each windows 3'x 3' with interior blinds and exterior burglar bars
- One (1) personnel door 3'x 6'8" going into personnel area (14' x 8' section) with lever and deadbolt
- 15K packaged terminal air conditioning (PTAC)/ 3K Heat with remote thermostat for personnel area
- Two (2) each 4' fluorescent light fixtures, one for each area
- Six (6) each double 110V outlets in personnel area
- Price must include delivery costs


(vii) Place of delivery is Minot AFB, ND 58705 and is FOB destination.


(viii) The provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition.



(ix) The provision 52.212-2, Evaluation-Commercial Items, applies to this procurement. The government will award a firm-fixed price 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 other factors considered will be the ability to meet the salient characteristics of the items above. Award shall be based on best value to the government.


(x) The government advises Offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Offerors are also reminded to complete Offeror Representations and Certifications on-line at http://www.sam.gov/portal prior to submitting an offer.


(xi) Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this
acquisition.


(xii) Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable: 52.204-10, 52.209-6, 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-19, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-18, 52.225-13, and 52.232-33.


(xiii) Additional FAR, DFARS and AFFARS clauses and provisions that apply are: Clauses 52.204-13, 52.212-4, 52.204-10, 52.209-6, 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-19, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-18, 52.225-13, and 52.232-33. Additional FAR clauses that apply are: 52.217-6, 52.217-7, 52.232-40, 52.247-34, 52.252-2, and 52.253-1. Additional DFARS clauses that apply are: 252.203-7000, 252.203-7002, 252.204-7003, 252.204-7012, 252.204-7015, 252.211-7003, 252.232-7003, 252.232-7006, 252.232-7010, 252.244-7000, and 252.247-7023. Additional AFFARS clauses that apply are: 5352.201-9101 and 5352.223-9000.



(xiv) There is no Defense Priorities and Allocations System (DPAS) rating applicable for this procurement.


(xv) All offerors must submit a quote by 1:00 pm Central Standard Time on Tuesday, 29 August 2017. Quotes received after that time may not be considered.


(xvi) Any questions regarding this notice should be directed to A1C Tyler Rowell, 5 CONS/PKB, 165 Missile Avenue, Minot, ND 58705, (701) 723-6893, or by email to tyler.rowell@us.af.mil. The alternate contact is TSgt Samuel Hudson at (701) 723-4182 or email samuel.hudson@us.af.mil. The response to this solicitation may be accomplished by mail, electronically, or facsimile. The fax number is (701) 723-2895.


 


Tyler W. Rowell, Phone 7017236893, Email Tyler.rowell@us.af.mil - Samuel L. Hudson, Phone 7017233056, Email samuel.hudson@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP