Minnesota Bids > Bid Detail

Tool Cabinets

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 71 - Furniture
Opps ID: NBD00159199898164461
Posted Date: Mar 29, 2023
Due Date: Apr 5, 2023
Solicitation No: W50S7F23Q0007
Source: https://sam.gov/opp/a69953fd4a...
Follow
Tool Cabinets
Active
Contract Opportunity
Notice ID
W50S7F23Q0007
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NG USPFO ACTIVITY MNANG 148
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 29, 2023 10:53 am CDT
  • Original Date Offers Due: Apr 05, 2023 11:00 am CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 20, 2023
  • Initiative:
    • None
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:
    Duluth , MN 55811
    USA
Description

Description:

This is a 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 is being issued as a request for quotation (RFQ) and constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-01. This solicitation is set-aside 100% for small business. North American Industrial Classification Standard (NAICS) 337215 applies to this solicitation; business size standard is 500 employees. The Contracting Officer reserves the right to award under a different NAICS if the company would qualify as a small business under the solicited NAICS.



The MN Air National Guard, 148th Fighter Wing has a requirement for various sized cabinets and toolboxes and intends to issue a firm fixed priced order for the following:



CLIN0001 Qty: 7 EA Wall Cabinets (16-22’’L x 43-48’’W x 30-40’’H). Cabinets must be black and have two hinged and key lockable doors. There must be at least one adjustable storage shelf for the width of the cabinet. Cabinets must have a minimum storage capacity of 400 pounds. Must have separate and unique key from other wall cabinets and storage boxes.



CLIN0002 Qty: 2 EA Wall Cabinets (20-34’’L x 60’’ +/-1” W x 30-40’’H). Cabinets must be black and have two hinged and key lockable doors. There must be at least one adjustable storage shelf for the width of the cabinet. Cabinets must have a minimum storage capacity of 400 pounds. Must have separate and unique key from other wall cabinets and storage boxes.



CLIN0003 Qty: 3 EA Floor Storage Boxes (27-32’’L x 29-31” W x 32-34’’H) with six drawers: Top three drawers must have 2.5-3.5’’H of storage space, middle drawer must have 3.5-4.5’’H of storage space, and bottom two drawers must have between 4-5’’H of storage space. Boxes must be black in color and key lockable. Top of boxes must have a solid working surface to accommodate a minimum of 1000 pounds. Drawers must open to reveal 100% of drawer’s contents and be able to support at least 350 pounds. Each drawer must possess a stopping feature preventing the drawer from following out and have the ability to be labeled for accountability and organizational purposes. Drawers require customizable partitions to allow four partitions to separate and organize tools and components that reflect drawer height. Must have separate and unique key from other wall cabinets and storage boxes.



CLIN0004 Qty: 1 EA Floor Storage Box (27-32’’L x 29-31” W x 32-34’’H) with seven drawers: Top two drawers must have 2-3’’H in storage space, middle three drawers must have between 2.5-3.5’’H in storage space, and bottom two drawers will have between 3.5-4.5’’H of storage space. Box will have casters installed to allow for height increase and be able to sustain at least 1000 pounds. Box must be black in color and key lockable. Top of box must have a solid working surface to accommodate a minimum of 1000 pounds. Drawers must open to reveal 100% of drawer’s contents and be able to support at least 350 pounds. Each drawer must possess a stopping feature preventing the drawer from following out and have the ability to be labeled for accountability and organizational purposes. Drawers require customizable partitions to allow four partitions to separate and organize tools and components that reflect drawer height. Floor storage box must have a handle for maneuvering. Must have separate and unique key from other wall cabinets and storage boxes.



CLIN0005 Qty: 1 EA Floor Storage Box (27-32’’L x 44-48” W x 32-34’’H) with six drawers: Top two drawers must have 2-3’’H of storage space, middle three drawers must have between 3.5-4.5’’H of storage space, and the bottom drawer must have 6-7’’H of storage space. Box must be black in color and key lockable. Top of box must have a solid working surface to accommodate a minimum of 1000 pounds. Drawers must open to reveal 100% of drawer’s contents and be able to support at least 350 pounds. Each drawer must possess a stopping feature preventing the drawer from following out and have the ability to be labeled for accountability and organizational purposes. Drawers require customizable partitions to allow four partitions to separate and organize tools and components that reflect drawer height. Must have separate and unique key from other wall cabinets and storage boxes.



CLIN0006 Qty: 2 EA Additional lock assemblies to replace broken locks for floor storage boxes.



CLIN0007 Qty: 2 EA Master keys that will function with all lock sets.



CLIN0008 Qty: 100 EA Removable bins/trays (2.5-3’’L x 2.5-3’’W x 1.5-2.5’’H) to separate and organize small parts and consumables. Must be uniform in height.



CLIN0009 Qty: 75 EA Removable bins/trays (2.5-3’’L x 5-6’’W x 1.5-2.5’’H) to separate and organize small parts and consumables. Must be uniform in height.



CLIN0010 Qty: 75 EA Removable bins/trays (5-6’’L x 5-6’’W x 1.5-2.5’’H) to separate and organize small parts and consumables. Must be uniform in height.



CLIN0011 Qty: 50 EA Removable bins/trays (5-6’’L x 10-12’’W x 1.5-2.5’’H) to separate and organize small parts and consumables. Must be uniform in height.



Include detailed specifications of your product with quote.



Quote shall include UEI number and CAGE Code.



Quote shall include delivery to 4680 Viper Street Duluth, MN 55811



Evaluation:

The Government plans to award a contract resulting from this solicitation to the offer conforming to the solicitation which will be most advantageous to the Government. Quotes will be evaluated on a Best Value basis. The following factors will be considered: price, technical, delivery, and past performance. Technical, delivery, and past performance factors, when combined, are approximately equal when compared to price. All solicitation specifications are not absolute and the 148FW will consider innovative solutions to this requirement. Quotes may be comparatively evaluated in compliance with FAR 13.106-2 (b) (3). Be sure to submit/attach enough additional information to enable the Government to fully ascertain the specifications/capabilities of any products quoted. The government will seek 3rd party consumer reviews of quoted items to determine technical ratings.



Please provide a quote back to myself NLT 11:00am CST, Wednesday, 5 April 2023. Questions asked within 2 business days of solicitation close will be answered at the discretion of the Contracting Officer. Emailed quotes are preferred. Late quotes may be rejected at the Contracting Officer’s discretion.



Electronic Documents: All electronic documents must NOT be “secured”, “locked”, or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB.



The selected Offeror must comply with the following Provisions and Clauses, which are incorporated herein by reference:



52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation (JAN 2017)

52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017)

52.204-7 System for Award Management (OCT 2018)

52.204-16 Commercial and Government Entity Code Reporting (AUG 2020)

52.204-17 Ownership or Control of Offeror (AUG 2020)

52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020)

52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014)

52.204-20 Predecessor of Offeror (AUG 2020)

52.204-22 Alternative Line Item Proposal (JAN 2017)

52.204-23 Prohibition on Contracting for Hardware, Software, and Services… (NOV 2021)

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)

52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)

52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020)

52.207-4 Economic Purchase Quantity-Supplies (AUG 1987)

52.209-6 Protecting the Government's Interest When… (JUN 2020)

52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016)

52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services (DEV 2023-O0002) (DEC 2022)

52.212-4 Contract Terms and Conditions--Commercial Items (DEC 2022)

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services (DEC 2022)

52.219-1 Small Business Program Representations (OCT 2022)

52.219-6 Notice Of Total Small Business Set-Aside (NOV 2020)

52.219-28 Post-Award Small Business Program Representation (OCT 2022)

52.222-19 Child Labor -- Cooperation with Authorities and Remedies (DEC 2022)

52.222-21 Prohibition Of Segregated Facilities (APR 2015)

52.222-26 Equal Opportunity (SEP 2016)

52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020)

52.222-50 Combating Trafficking in Persons (NOV 2021)

52.223-5 Pollution Prevention and Right-to-Know Information (MAY 2011)

52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016)

52.223-15 Energy Efficiency in Energy-Consuming Products (MAY 2020)

52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (JUN 2020)

52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals – Representation (DEC 2016)

52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021)

52.225-18 Place of Manufacture (AUG 2018)

52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. (JUN 2020)

52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013)

52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021)

52.246-2 Inspection of Supplies-Fixed-Price (AUG 1996)

52.252-2 Clauses Incorporated By Reference (FEB 1998)

52.252-6 Authorized Deviations In Clauses (NOV 2020)

252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011)

252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense-Contract-Related Felonies (DEC 2022)

252.203-7002 Requirement to Inform Employees of Whistleblower Rights (DEC 2022)

252.203-7005 Representation Relating to Compensation of Former DoD Officials (SEP 2022)

252.204-7003 Control Of Government Personnel Work Product (APR 1992)

252.204-7006 Billing Instructions (OCT 2005)

252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (OCT 2016)

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020)

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2019)

252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016)

252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation (DEC 2019)

252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation (MAY 2021)

252.211-7003 Item Unique Identification and Valuation (MAR 2016)

252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (SEP 2019)

252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials (SEP 2014)

252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013)

252.225-7000 Buy American--Balance Of Payments Program Certificate-- Basic (NOV 2014)

252.225-7002 Qualifying Country Sources As Subcontractors (DEC 2017)

252.225-7036 Buy American--Free Trade Agreements--Balance of Payments Program--Basic (DEC 2017)

252.225-7048 Export-Controlled Items (JUN 2013)

252.225-7052 Restriction on the Acquisition of Certain Magnets and Tungsten (OCT 2020)

252.225-7055 Representation Regarding Business Operations with the Maduro Regime (MAY 2022)

252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (MAY 2022)

252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region—Certification (DEC 2022)

252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (JAN 2023)

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)

252.232-7006 Wide Area WorkFlow Payment Instructions (JAN 2023)

252.232-7010 Levies on Contract Payments (DEC 2006)

252.237-7010 Prohibition on Interrogation of Detainees by Contractor (JUN 2013)

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 (DEVIATION 2021-O0003) (APR 2021)

252.243-7001 Pricing Of Contract Modifications (DEC 1991)

252.244-7000 Subcontracts for Commercial Items (DEC 2022)

252.247-7023 Transportation of Supplies by Sea (FEB 2019)



Provisions and Clauses for this synopsis/solicitation can be found in full text at https://www.acquisition.gov/. Additional required clauses other than those listed above may be included as Addenda on the award document.


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR MNANG DO NOT DELETE 4685 VIPER ST
  • DULUTH , MN 55811-6012
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 29, 2023 10:53 am CDTCombined 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 >