The RFP Database
New business relationships start here

EQUIPMENT AND LOCKERS


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

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being solicited and a written solicitation will not be issued. The Government advertises solicitation W912L7-18-Q-0684 as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101.

The Tennessee Army National Guard has the following requirements. This requirement is advertised as a small business set-aside; the North American Industry Classification System (NAICS) Code is 337215 with a Small Business Size Standard of 750 employees. In accordance with the Federal Acquisition Regulation (FAR) subpart 19.504, Federal Prison Industries Inc. will be included in this solicitation. The Government will consider all offers submitted by a responsible contractor.
Please provide a brand name or equal quote for the following Contract Line Item Numbers (CLINS). All of these products are produced by Salsbury Industries.


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT
0001 Model # 7150GRY MILITARY TA-50
STORAGE CABINET-78" HIGH-24" DEEP-GRAY 22 Each


0002 Model # 72024GY A STANDARD GEAR
METAL LOCKER-VENTILATED DR-6 FEET HIGH-24"
DEEP-GRAY 20 Each

0003 Model # 77778 ALUMINUM LOCKER
BENCH-96" WIDE 4 Each


0004 Model # 77777 ALUMINUM LOCKER
BENCH-84" WIDE 1 Each


0005 Model # 77776 ALUMINUM
LOCKER BENCH-72" WIDE 4 Each


0006 Model # 77773 ALUMINUM
LOCKER BENCH-36" WIDE 1 Each


The following clauses are applicable to this acquisition:



CLAUSES INCORPORATED BY REFERENCE



52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017
52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011
52.204-14 Service Contract Reporting Requirements OCT 2016
52.204-15 Service Contract Reporting Requirements for Indefinite-Delivery Contracts OCT 2016
52.204-16 Commercial and Government Entity Code Reporting JUL 2016
52.204-18 Commercial and Government Entity Code Maintenance JUL 2016
52.204-21 Basic Safeguarding of Covered Contractor Information Systems JUN 2016
52.204-21 Basic Safeguarding of Covered Contractor Information Systems JUN 2016
52.204-22 Alternative Line Item Proposal JAN 2017
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015
52.211-6 Brand Name or Equal AUG 1999
52.212-1 Instructions to Offerors--Commercial Items JAN 2017
52.219-6 Notice Of Total Small Business Set-Aside NOV 2011
52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2018
52.222-21 Prohibition Of Segregated Facilities APR 2015
52.222-26 Equal Opportunity SEP 2016
52.222-41 Service Contract Labor Standards MAY 2014
52.222-50 Combating Trafficking in Persons MAR 2015
52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements MAY 2014
52.222-55 Minimum Wages Under Executive Order 13658 DEC 2015
52.222-62 Paid Sick Leave Under Executive Order 13706 JAN 2017
52.223-1 Biobased Product Certification MAY 2012
52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts SEP 2013
52.223-4 Recovered Material Certification MAY 2008
52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011
52.223-5 Alt II Pollution Prevention and Right-to-Know Information (May 2011) Alt II MAY 2011
52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts MAY 2008
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011
52.225-13 Restrictions on Certain Foreign Purchases JUN 2008
52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013
52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013
52.233-3 Protest After Award AUG 1996
52.233-4 Applicable Law for Breach of Contract Claim OCT 2004
52.237-1 Site Visit APR 1984
52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984
252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011
252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013
252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls OCT 2016
252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information OCT 2016
252.204-7011 Alternative Line Item Structure SEP 2011
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016
252.211-7003 Item Unique Identification and Valuation MAR 2016
252.225-7001 Buy American And Balance Of Payments Program-- Basic (Dec 2017) DEC 2017
252.225-7031 Secondary Arab Boycott Of Israel JUN 2005
252.225-7048 Export-Controlled Items JUN 2013
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012


CLAUSES INCORPORATED BY FULL TEXT


52.212-2 -- Evaluation -- Commercial Items.
As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows:
Evaluation -- Commercial Items (Oct 2014)
(a) The 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:
(i) technical The Government will use the Lowest Price Technically Acceptable Source Selection Process; products offered as a result of this solicitation must be Cabinets must be brand name or equal to those manufactured by Salsbury Industries. For the cabinets to be considered equal, they must meet the minimum salient characteristics stated in this solicitation.
(ii) price;
(iii) past performance (see FAR 15.304);
(iv)Contractors must be SAM registered and have an active account:
Technical and past performance, when combined, are approximately equal to price
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)


52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (JAN 2017)


(a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights (1) within a reasonable time after the defect was discovered or should have been discovered; and (2) before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item.


(b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makes payment (e.g., use of the Governmentwide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract.


(c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties.


(d) Disputes. This contract is subject to 41 U.S.C. chapter 71, Contract Disputes'', as amended (41 U.S.C. 601-613). Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract.


(e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference.


(f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement or any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence.


(g) Invoice.


(1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include--


(i) Name and address of the Contractor;


(ii) Invoice date and number;


(iii) Contract number, line item number and, if applicable, the order number;


(iv) Description, quantity, unit of measure, unit price and extended price of the items delivered;


(v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading;


(vi) Terms of any discount for prompt payment offered;


(vii) Name and address of official to whom payment is to be sent;


(viii) Name, title, and phone number of person to notify in event of defective invoice; and


(ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract.


(x) Electronic funds transfer (EFT) banking information.


(A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract.


(B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer-System for Award Management, or 52.232-34, Payment by Electronic
Funds Transfer--Other Than System for Award Management), or applicable agency procedures.


(C) EFT banking information is not required if the Government waived the requirement to pay by EFT.


(2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315.


(h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings.


(i) Payment.--


(1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract.


(2) Prompt payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR part 1315.


(3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriate EFT clause.


(4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made.


(5) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall--


(i) Remit the overpayment amount to the payment office cited in the contract along with a description of the overpayment including the--


(A) Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors, date(s) of overpayment);


(B) Affected contract number and delivery order number, if applicable;


(C) Affected line item or subline item, if applicable; and


(D) Contractor point of contact.


(ii) Provide a copy of the remittance and supporting documentation to the Contracting Officer.


(6) Interest.


(i) All amounts that become payable by the Contractor to the Government under this contract shall bear simple interest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall be the interest rate established by the Secretary of the Treasury as provided in 41 U.S.C.
7109, which is applicable to the period in which the amount becomes due, as provided in (i)(6)(v) of this clause, and then at the rate applicable for each six-month period as fixed by the Secretary until the amount is paid.


(ii) The Government may issue a demand for payment to the Contractor upon finding a debt is due under the contract.


(iii) Final decisions. The Contracting Officer will issue a final decision as required by 33.211 if--


(A) The Contracting Officer and the Contractor are unable to reach agreement on the existence or amount of a debt within 30 days;


(B) The Contractor fails to liquidate a debt previously demanded by the Contracting Officer within the timeline specified in the demand for payment unless the amounts were not repaid because the Contractor has requested an installment payment agreement; or


(C) The Contractor requests a deferment of collection on a debt previously demanded by the Contracting Officer (see 32.607-2).


(iv) If a demand for payment was previously issued for the debt, the demand for payment included in the final decision shall identify the same due date as the original demand for payment.


(v) Amounts shall be due at the earliest of the following dates:


(A) The date fixed under this contract.


(B) The date of the first written demand for payment, including any demand for payment resulting from a default termination.


(vi) The interest charge shall be computed for the actual number of calendar days involved beginning on the due date and ending on--


(A) The date on which the designated office receives payment from the Contractor;


(B) The date of issuance of a Government check to the Contractor from which an amount otherwise payable has been withheld as a credit against the contract debt; or


(C) The date on which an amount withheld and applied to the contract debt would otherwise have become payable to the Contractor.


(vii) The interest charge made under this clause may be reduced under the procedures prescribed in 32.608-2 of the Federal Acquisition Regulation in effect on the date of this contract.


(j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon:


(1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or


(2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination.


(k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties.


(l) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided.


(m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience.


(n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession.


(o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract.


(p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items.


(q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract.


(r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. chapter 37, Contract Work Hours and Safety Standards; 41 U.S.C.
chapter 87, Kickbacks; 41 U.S.C. 4712 and 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. chapter 21 relating to procurement integrity.


(s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order: (1) the schedule of supplies/services; (2) The Assignments, Disputes, Payments, Invoice, Other
Compliances, Compliance with Laws Unique to Government Contracts, and Unauthorized Obligations paragraphs of this clause; (3) the clause at 52.212-5; (4) addenda to this solicitation or contract, including any license agreements for computer software; (5) solicitation provisions if this is a solicitation; (6) other paragraphs of this clause; (7) the Standard Form 1449; (8) other documents, exhibits, and attachments; and (9) the specification.


(t) System for Award Management (SAM). (1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance and through final payment of any contract for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document.


(2)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in FAR subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to (A) change the name in the SAM database; (B) comply with the requirements of subpart 42.12; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name.


(ii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this clause, or fails to perform the agreement at paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the
Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract.


(3) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract.


(4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via SAM accessed through https://www.acquisition.gov.


(u) Unauthorized Obligations.


(1) Except as stated in paragraph (u)(2) of this clause, when any supply or service acquired under this contract is subject to any End User License Agreement (EULA), Terms of Service (TOS), or similar legal instrument or agreement, that includes any clause requiring the Government to indemnify the
Contractor or any person or entity for damages, costs, fees, or any other loss or liability that would create an Anti-Deficiency Act violation (31 U.S.C. 1341), the following shall govern:


(i) Any such clause is unenforceable against the Government.


(ii) Neither the Government nor any Government authorized end user shall be deemed to have agreed to such clause by virtue of it appearing in the EULA, TOS, or similar legal instrument or agreement. If the EULA, TOS, or similar legal instrument or agreement is invoked through an ``I agree'' click box or other comparable mechanism (e.g., ``click-wrap'' or ``browse-wrap'' agreements), execution does not bind the Government or any
Government authorized end user to such clause.


(iii) Any such clause is deemed to be stricken from the EULA, TOS, or similar legal instrument or agreement.


(2) Paragraph (u)(1) of this clause does not apply to indemnification by the Government that is expressly authorized by statute and specifically authorized under applicable agency regulations and procedures.


(v) Incorporation by reference. The Contractor's representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract.



(End of Clause)


 


52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JAN 2018)


(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(b)
(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).
(ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.
(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
(vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul


 


Offers who submit a proposal for an equal product must also submit a product sample of the proposed product. Contractors must ship sample equal products to USPFO for TN, Attention Randal Halbrooks 3041 Sidco Drive, Nashville, TN 37204 for evaluation prior to the closing date of this solicitation to be considered for award. After award, unsuccessful offerors must arrange to have their products picked up from the warehouse at 3041 Sidco Drive, Nashville, TN 37204.


Quotes are due in this office no later than Friday, August 24, 2018 close of business four thirty (4:30) p.m. local central daylight time. They can be emailed to randal.d.halbrooks.mil@mail.mil or facsimile to 615-313-0562. Offers will be evaluated using the Lowest Priced Technically Acceptable criteria outlined in FAR 15 and FAR 13.

For the Government to consider an offer technically acceptable for this requirement, the offered cabinets must meet or exceed the following salient characteristics:
Locker-room Lockers:
Must have or be:
1. A minimum thickness of 16 gauge steel
2. Vented Side and door panels.
3. Grey in Color
4. Unit Width: 24 inches plus or minus one inch
5. Unit Height: 72 inches plus or minus one inch
6. Unit Depth: 24 inches plus or minus one inch
7. At least five (5) knuckle door hinges or have a full piano type hinge.
8. Delivered fully assembled
9. Minimum two (2) wall-mounted, single-prong stainless steel coat hooks
10. One (1) stainless steel coat rod.
11. 14 inch high foot locker at bottom of locker with a hinged lid
12. Top storage compartment-12 inch wide x 12-1/2 inch high x 13-3/4 inch deep
13. One 13-3/4 inch deep upper shelf.
14. All compartments must have padlock hasp to allow the addition of a padlock for security.

Twenty-two (22) TA-50 Lockers-
1. Constructed of 14 gauge steel
2. Delivered fully assembled
3. Grey in Color
4. Unit width 36 inches plus or minus one inch
5. Unit Height: 78 inches plus or minus one inch
6. Unit Depth: 24 inches plus or minus one inch
7. Vented tops and panels that provide visibility and maximum air flow
8. Fixed top shelf
9. A 36 inch long coat rod


10. Four (4) wall-mounted, single-prong stainless steel coat hooks
11. Shelves must hold contents up to 300 pounds
12. Feature two (2) cabinet doors each measuring at least 17 inches wide with continuous hinges
13. 4 inch steel handle with a built-in 3 point locking mechanism and can accommodate a padlock
Locker Room Benches-
1. Solid Aluminum
2. Seat Thickness at least 1-3/4 inches
3. Height: 18 inches plus or minus one inch
4. Deep : 10 inches plus or minus one inch
5. Four (4) Benches 96 inches long plus or minus one inch
6. One (1) Benches 84 inches long plus or minus one inch
7. Four (4) Benches 72 inches long plus or minus one inch
8. One (1) Benches 36 inches long plus or minus one inch



The Government desires delivery within 12 weeks, vendors must include a delivery schedule in their response to this request for quote. Past Performance will not be an evaluation factor in this acquisition. Point of Contact referencing this solicitation is Randal Halbrooks at 615-313-2628. The Government will award this requirement on an all-or-none basis.


Vendors who respond to this solicitation must submit a price per unit and a total delivered price for all units. Vendors must submit a physical sample to determine whether their proposed products meet each of the salient characteristics described; the Government may consider offers that fail to submit proper physical samples technically unacceptable without further discussion.


Randal D. Halbrooks, Contracting Officer, Phone 6153132628, Email randal.d.halbrooks.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP