The RFP Database
New business relationships start here

ISU Storage Cabinet


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

COMBINED SYNOPSIS/SOLICITATION
ISU-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 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 Items
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 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 (not all inclusive):


FAR 52.204-7 System for Award Management
FAR 52.204-13 System for Award Management Maintenance
FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations
FAR 52.211-17 Delivery of Excess Quantities
FAR 52.222-3 Convict Labor
FAR 52.222-19 Child Labor
FAR 52.222-21 Prohibition of Segregated Facilities
FAR 52.222-22 Previous Contracts and Compliance Reports
FAR 52.222-26 Equal Opportunity
FAR 52.222-50 Combatting Trafficking in Persons
FAR 52.223-18 Encouraging Contractor Policies to Ban Text
Messaging While Driving
FAR 52.225-1 Buy American Act - Supplies
Offerors 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 Purchases
FAR 52.255-25 Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representations and Certifications
FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management
FAR 52.233-3 Protest after Award
FAR 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 Reference
FAR 52.253-1 Computer Generated Forms
DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials
DFARS 252.225-7001 Buy American Act and Balance of Payments
Program
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors
DFARS 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 Transfer Protocol, 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 Payments
DFARS 252-243-7001 Pricing of Contract Modifications
DFARS 252.246-7000 Material Inspection and Receiving Report
AFFARS 5352.201-9101 Ombudsman


OMBUDSMAN (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 21 March 2019, no later than 2:00 PM EST. Requests should be marked with solicitation number F1M3T19042AW01.
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.gov


Salient Characteristics



Internal Air Certified
External Air Certifiable
108"W X 88"L X 91.35"H
4-Doors, two tall doors on one 108" side, two short doors on other 108" side
Two flip-up storage doors and two shelves above short doors
KC Style - One Side Slanted
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
Base pre-drilled for optional caster set
Ready for use with optional High Speed Mobility Wheel Set
All aluminum extruded, mechanically fastened pallet base certified not to damage aircraft roller system
Winching rings at every lower corner
Retractable folding steps for easy roof access for sling hook-up


 


Patrina James, Contract Specialist, Phone 8439635159, Email patrina.james.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP