Hawaii Bids > Bid Detail

Vertical Storage Carousel

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 71 - Furniture
Opps ID: NBD00159689686556569
Posted Date: Jul 13, 2023
Due Date: Aug 1, 2023
Solicitation No: W50SLF-23-X-0001
Source: https://sam.gov/opp/419bbf9d8b...
Follow
Vertical Storage Carousel
Active
Contract Opportunity
Notice ID
W50SLF-23-X-0001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7M4 USPFO ACTIVITY HIANG 154
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
  • Original Published Date: Jul 12, 2023 12:27 pm HST
  • Original Date Offers Due: Aug 01, 2023 04:00 pm HST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 16, 2023
  • Initiative:
    • Recovery and Reinvestment Act
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7125 - CABINETS, LOCKERS, BINS, AND SHELVING
  • NAICS Code:
    • 337215 - Showcase, Partition, Shelving, and Locker Manufacturing
  • Place of Performance:
    JBPHH , HI 96853
    USA
Description

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; quotes are being requested and a written solicitation will not be issued.



This solicitation, W50SLF-23-X-0001, is being issued as a Request for Quote (RFQ). Any award resulting from this solicitation will be issued on a Standard Form 1449. To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database and registration may be done online at: www.sam.gov. Also, all vendors will be required to submit invoicing through Wide Area Work Flow (WAWF) electronic invoicing system. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-02 Effective March 16, 2023.



This procurement is being solicited as 100% small business set aside. The designated North American Industry Classification System (NAICS) Code is Showcase, Partition, Shelving, and Locker Manufacturing, with a size standard in number of employees 500. See attached Item Description - Vertical Storage Carousel.pdf.



The list of items, quantities, and units of measure are identified in the Item Description - Vertical Storage Carousel.pdf.



Contract award will be written with three (3) Contract line-item numbers (CLINs):



CLIN 0001



Installation



Quantity: 1



Unit: Job



CLIN 0002



Vertical Storage Carousel



Quantity: 1



Unit: Each



CLIN 0003



Shipping



Quantity: 1



Unit: Job





A site visit is scheduled for Thursday, 13 July 2023 at 10:00 AM HST, Monday, 17 July 2023 at 9:00 AM HST, and tentatively for Tuesday, 18 July 2023 at 10:00 AM HST. Attendees will meet at the following location: 395 Mamiya Ave, Bldg. 2145-H, JBPH-Hickam, HI 96853-5000. Please provide POC’s if attending and if they require access to JBPHH.



POC: Krisella Oka, 808-286-9811, 154th OSS/COR or Warren Sabugo, 808-844-6421.



Estimated Date of Delivery: 120 days after receipt of order (ARO)



Place of delivery:



395 Mamiya Ave, Bldg. 2145-H



JBPH-Hickam, HI 96853-5000.





Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.



Addendum to FAR 52.212-1, Instructions to Offerors – Commercial Items Quote Submittal Instructions



In order to be considered for award, Offerors are requested to quote Firm Fixed Price for all of the identified contract line items provided. Quotes shall be sent electronically via e-mail directly to warren.m.sabugo.civ@army.mil . Quotes must be received at this email address inbox no later than the date and time specified in this solicitation. Submission of a quote that does not contain all item(s) requested may result in elimination from consideration of award. Offerors are responsible for including sufficient details to permit a complete and accurate evaluation of each quote.



The vendor’s quote shall include the following:



1. Price quotation, signed and dated



2. Amendments or acknowledgements (if applicable), signed and dated



Provision 52.212-2 Evaluation-Commercial Items applies to this acquisition.



Addendum to FAR 52.212-2, Evaluation – Commercial Items



Basis for Award: The Government intends to award a firm fixed price contract resulting from competitive quotes received in response to this solicitation. The quote will be evaluated for a fair and reasonable price. The award decision will be made to the lowest priced offeror conforming to the Item Description - Vertical Storage Carousel .pdf.



The Government expects competitive quotes to be submitted for this procurement and will use these competitive quotes to determine price reasonableness in accordance with FAR 13.106-3. Evaluation and award will be determined by the lowest price quote based solely on the factors specified in the solicitation. If competitive quotes are not received, the Government reserves the right to utilize other methods identified in the FAR to determine price reasonableness.



Offerors shall submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.



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



Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.



The following FAR and DFARS provisions are incorporated into this solicitation by reference:



52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions



52.204-7, System for Award Management



52.204-16, Commercial and Government Entity Code Reporting



52.204-17, Ownership or Control of Offeror



52.204-20, Predecessor of Offeror



52.204-22, Alternative Line Item Proposal



52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Representation



52.209-5 Certification Regarding Responsibility Matters



52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law



52.217-5 Evaluation of Options



52.219-1 Small Business Program Representations--Alternate I



52.222-22 Previous Contracts and Compliance Reports



52.222-25 Affirmative Action Compliance



52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation



52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications



52.233-2 Service of Protest



252.203-7005, Representation Relating to Compensation of Former DoD officials



252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements



252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations



252.215-7008 Only One Offer



252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors



252.239-7098 Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites—Representation





The following FAR and DFARS clauses are incorporated into this solicitation by reference:



52.202-1 Definitions



52.203-12 Limitation on Payments to Influence Certain Federal Transactions



52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper



52.204-13, SAM Maintenance



52.204-18, Commercial and Government Entity Code Maintenance



52.204-19, Incorporation by Reference of Representations and Certifications



52.211-17 Delivery of Excess Quantities



52.212-4, Contract Terms and Conditions – Commercial Items



52.232-39, Unenforceability of Unauthorized Obligations



52.232-40, Providing Accelerated Payments to Small Business Subcontractors



52.233-1 Disputes



52.237-2 Protection of Government Buildings, Equipment, and Vegetation



52.242-13 Bankruptcy



52.243-1 Changes--Fixed Price



52.247-34 -- F.o.b. – Destination



252.203-7000, Requirements Relating to Compensation of Former DoD Officials



252.203-7002, Requirement to Inform Employees of Whistleblower Rights



252.204-7003, Control of Government Personnel Work Product



252.204-7008, Compliance with Safeguarding Covered Defense Information Controls



252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting



252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors



252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support



252.204-7020 NIST SP 800-171 DoD Assessment Requirements.



252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism



252.211-7003 Item Unique Identification and Valuation



252.225-7001 Buy American and Balance of Payments Program—Basic



252.225-7012 Preference for Certain Domestic Commodities



252.225-7021 Trade Agreements



252.225-7048 Export-Controlled Items



252.227-7015 Technical Data--Commercial Items



252.225-7974 Representation Regarding Business Operations with the Maduro Regime. (Deviation 2020-O0005)



252.227-7037 Validation of Restrictive Markings on Technical Data



252.232-7003, Electronic Submission of Payment Requests and Receiving Reports



252.232-7010, Levies on Contract Payments



252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration



252.243-7001, Pricing of Contract Modifications



252.243-7002 Requests for Equitable Adjustment



252.244-7000, Subcontracts for Commercial Items



252.247-7023 Transportation of Supplies by Sea--Basic





The following provisions and clauses are incorporated by full text in Attachment #2.



52.212-1 Instructions to Offerors-Commercial Items



52.212-2, Evaluation – Commercial Items



52.212-3 Offeror Representations and Certifications-Commercial Items



52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items



52.217-7 Option for Increased Quantity-Separately Priced Line Item



52.237-1 Site Visit



52.252-1, Solicitation Provisions Incorporated by Reference



52.252-2, Clauses Incorporated by Reference



252.232-7006, Wide Area Workflow Payment Instructions



52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment



52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment



52.204-26 Covered telecommunications Equipment or Services—Representation



252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation



252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation



252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services





Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov.





Questions regarding this solicitation may be directed to Warren Sabugo at warren.m.sabugo.civ@army.mil and Clesson Paet at clesson.k.paet.civ@army.mil no later than 12:00 p.m. HST Thursday, 20 July 2023, reference solicitation number in subject line. Any questions received thereafter may not be processed.



Quotes are due by 4:00 p.m. Hawaii Standard Time (HST) Tuesday, 1 August 2023.



Electronic proposals must be submitted via e-mail to warren.m.sabugo.civ@army.mil . Facsimile proposals will not be accepted.



Submissions shall not exceed 10 pages and provide the following: Vendor Name; Vendor POC; Vendor CAGE; Vendor UEI; Contact Ph#; Fax and/or Email; Discount Terms (if applicable); and Socio-Economic status.



The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. (FAR 52.212-1(g))




Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR HIANG DO NOT DELETE 4208 DIAMOND HEAD RD
  • HONOLULU , HI 96816-4495
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jul 12, 2023 12:27 pm HSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >