Federal Bid

Last Updated on 24 Sep 2019 at 8 AM
Combined Synopsis/Solicitation
Camp Arkansas

OCIE LOCKERS

Solicitation ID W911YP19R0028
Posted Date 24 Jul 2019 at 2 PM
Archive Date 24 Sep 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Contracting Office W7n3 Uspfo Activity Ut Arng
Agency Department Of Defense
Location Camp Arkansas United states 17800
SOLICITATION:
W911YP19R0028
AGENCY/OFFICE:
Utah National Guard/USPFO
DELIVERY LOCATION:
Utah Army National Guard / Utah Training Center (UTC)
17800 S. Camp Williams Rd, Bluffdale, UT 84065-4999
SUBJECT:
OCIE Lockers
RESPONSE DUE DATE:
12:00 PM MST 31 July 2019 (***SOLICITATION EXTENDED UNTIL 31 JULY 2019***)
CONTRACTING POC:
William (Billy) T. Brown III Email: [email protected] Phone: 8014324273

DESCRIPTION:

*****THIS REQUIREMENT IS BEING SOLICITED AS A SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE. ONLY QUOTES FROM SDVOSBs WILL BE ACCEPTED. SMALL BUSINESS QUOTES WILL BE ACCEPTED IF NO SDVOSB QUOTES ARE RECEIVED*****

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 separate written solicitation will not be issued. This solicitation is issued as a request for proposal (RFP). This acquisition is utilizing NAICS 337215 Showcase, Partition, Shelving and Locker Manufacturing with a small business size standard of 500 employees. FOR VENDOR'S QUOTES TO BE CONSIDERED, YOU MUST BE REGISTERED IN SAM.GOV AS A SMALL BUSINESS UNDER THIS NAICS CODE OR VERY SIMILAR NAICS CODE. Wholesaler NAICS codes will not be accepted. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. This requirement is subject to availability of funding per FAR 52.232-18.

1. Requirement.

a. The Utah National Guard has a requirement to procure Organizational Clothing and Individual Equipment (OCIE) lockers to secure Utah Training Center (UTC) soldiers and/or personal belongings during short term trainings. Lockers will be delivered, assembled, and installed for the Utah Training Center (UTC) located at 17800 S Camp Williams Rd, Bluffdale, Utah 84065 at the 4100 series Barracks buildings. 

b. Request for Proposal (RFP) for brand name or equivalent items pursuant to FAR Part 11.104 and contractors are encouraged to quote items that meet or exceed the specifications of the item listed. Interested offerors are required to submit a price proposal and technical specifications on item proposed that conforms to the technical specifications provided below. Offeror is to include all freight and installation costs as applicable and to specify the delivery and installation schedule on the proposal to include lead times.

c. The Government retains the right to contract for this requirement in whole or in part, or to implement the purchase, delivery, and installation of lockers in phases, to accommodate funding, delivery, remodeling, or performance.

d. Site Visit - A site visit and walkthrough will be conducted at this location on 9 JULY 2019 at 1:00 PM (MST) at UTC CAMP WILLIAMS, UT to allow potential contractors to determine all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable including but not limited to measurements and location of structural impediments, and electrical outlets.  This is a secure facility.  Contractors interested in the walkthrough must RSVP prior to the site visit so access to the facility and building can be facilitated.  A government issued driver's license or identification card must be possessed by all individuals seeking access to the site.  SITE VISIT IS NOT MANDATORY BUT IS HIGHLY ENCOURAGED TO ATTEND.  Site visit findings and minutes will be posted on this solicitation after site visit is conducted.  

e. Set Aside - Any award resulting from this solicitation will be made using a cascading set-aside order of precedence as follows. This solicitation is being solicited under NAICS 337215 Showcase, Partition, Shelving and Locker Manufacturing with a small business size standard of 500 employees.

1) In accordance with FAR Subpart 19.1405 "Service-disabled Veteran-owned Small Business Set-aside Procedures", the contracting officer may restrict competition to SDVOSB concerns when a reasonable expectation that (1) offers will be received from two or more SDVOSB concerns; and (2) award will be made at a fair market price. If the contracting officer receives only one acceptable offer from a service-disabled veteran-owned small business concern in response to a set-aside, the contracting officer should make an award to that concern.

2) If no SDVOSB offerors provide proposals, then in accordance with FAR Subpart 19.502-2 Total Small Business Set-Asides Procedures, any award under this solicitation will be made on a competitive basis to a small business concern.

f. The prime contractor must complete at least 51% of the work performed to be eligible for award.

2. Installation Requirements:

a. Pre-Performance Meeting.
After award of contract, the contractor may elect to attend a pre-performance meeting at the work site. The contractor shall be solely responsible for measuring all areas that may impact performance including, but not limited to rooms, hallways, doors, stairwells, entrances, and any other areas that may impact performance including verification of any floor plans and design prior to ordering of lockers.

b. Project Manager.
The contractor shall provide a Project Manager who will act with full authority of the contractor and shall be responsible for performance of the contract at the Utah Training Center. The name of this individual and an alternate shall be provided to the Contracting Officer not later than 10 days prior to contract start of installation. The Project Manager shall be responsible for the work and actions of the installation crew. The Project Manager shall keep the Contracting Officer advised of the status of the installation progress during the installation performance period.

d. Inspection and Warranty
Upon completion of the installation, the Contractor or their designated representative and the requiring activity / acceptance official point of contact shall conduct a walkthrough of all areas where lockers have been installed to ensure installation has been accomplished to standards. If discrepancies are found the contractor shall correct the problem within 48 hours and then have work re-inspected by the requiring activity / acceptance official point of contact. The Contractor shall provide timely warranty service on all lockers that have been installed.

e. Waste Materials.
Contractor shall dispose of all packaging materials and waste off site. Hours of installation will be coordinated with requiring activity point of contact during normal business hours between 0700 and 1600 hrs. Monday through Thursday. Recycling of waste materials is highly encouraged where possible.

f. Liability.
The U.S. Government assumes no liability for personal injury or damage to contractor owned property, equipment, and personnel. The Contractor shall exercise caution while working on or and around the Government worksite and shall be held responsible for any damage caused by the negligence of Contractor personnel. The Contractor shall be responsible for the safety and conduct of its employees while working at the Government facility.

g. Quality Control.
The Contractor shall establish and maintain a complete Quality Control Plan to ensure that the requirements of the contract are provided as specified. One copy of the contractors Quality Control Plan shall be provided to the Contracting Officer (KO) not later than the pre-performance conference. An updated copy must be provided to the KO on the contract start date as changes occur. The plan shall describe the methods of identifying and preventing defects before level of performance becomes unacceptable.

h. Quality Assurance.
If the contractor is found in either critical or major nonconformance of the contract the Contracting Officer will inform the contractor in writing that non-conforming, deficient services or products may result in withholding of payments, termination for cause, or other action in accordance with the Federal Acquisition Regulations. The contractor, at the time of notification of critical or major nonconformance, will inform the Contracting Officer of the time necessary to bring the performance into compliance.

If the contractor is found in minor nonconformance of the contract the Contracting Officer will notify the contractor in writing of the items of nonconformance. The contractor will have 48 hours to correct any deficiencies.


i. Laws, Regulations, Safety, and Environmental Compliance.
The Contractor and its employees shall comply with all laws and ordinances governing the conduct of employees on Government work site. The Contractor shall at its own expense; secure any license or permits required for performance under this statement of work.

The Contractor work operations, equipment, and personnel shall abide by and comply with all applicable safety and environmental laws and regulations of the U.S. Government as necessary.


OCIE LOCKER REQUIREMENT:
a. Items and Specifications.

Item 0001:
QTY: 17 EA (***CHANGED FROM 16 to 17***)
Description: Heavy-Duty Ventilated Double Tier - 1 Wide
Brand: Lyon
Item # 5222HDDP

Specifications/ Salient Characteristics:

1. The double-tier lockers must be must be 16 gauge welded steel construction, 16 gauge frame (sides & floor), 14 gauge door, 18 gauge back, 1 wide. The following dimensions are: 78"H x 12"W x 18"D

2. The lockers must be powder coated or have some sort of coating to keep it from scratching and rusting easily.

3. The lockers should be tan in color.

4. The lockers must have the ability to have a pad lock put on the handle, (must not include a combination lock). The mechanism should be a 3 point hasp lock.

5. The lockers should have a clothing hook for hanging clothing on.

6. The lockers must come assembled or be assembled and installed on site by delivering company.

7. Diamond perforations on doors and sides; stainless steel recessed handle

8. Legs not required

9.  Equivalent lockers that meet tech specs will be accepted.


Item 0002:
QTY: 346 EA
Description: Heavy-Duty Ventilated Double Tier - 2 Wide
Brand: Lyon
Item # 52222HDDP

Specifications/ Salient Characteristics:

1. The double-tier lockers must be 16 gauge welded steel construction, 16 gauge frame, 14 gauge door, 18 gauge back, 2 Wide. The following dimensions are: 78"H x 24"W x 18"D

2. The lockers must be powder coated or have some sort of coating to keep it from scratching and rusting easily.

3. The lockers should be tan in color.

4. The lockers must have the ability to have a pad lock put on the handle, (must not include a combination lock). The mechanism should be a 3 point hasp lock.

5. The lockers should have a clothing hook for hanging clothing on.

6. The lockers must come assembled or be assembled and installed on site by delivering company.

7. Diamond perforations on doors and sides; stainless steel recessed handle

8. Legs not required

9.  Equivalent lockers that meet tech specs will be accepted. 


Item 0003:

QTY: 01 Job
All costs associated with measuring areas prior to order of lockers, delivery and on-site staging, setup, assembly and installation of lockers according to installation plan by authorized installation personnel and site cleanup to include removal and proper disposal of packing materials off-site. Recycling of packing materials and debris is encouraged.


QUESTION & ANSWERS FROM SITE VISIT ON 9 JUL 2019


Q: New quantity of lockers?
A: New # of lockers - 2x2 lockers = 346 / 1x2 lockers = 17.

Q: Specs of lockers?
A: 14 gauge steel door / 16 gauge steel sides and floor / 18 gauge steel backs

Q: Weld or Rivet the two lockers together to make 2x2 lockers?
A: Weld

Q: Legs, no legs, or either?
A: Either will suffice. If lockers have legs, they will measure up to 78". If lockers do not have legs, they will measure up to 72"

Q: Removal of waste for the installed lockers?
A: Waste from the install should be recycled accordingly. Site may not have sufficient disposal/recycle bins to contain all the waste accumulated from this job so vendor may need to subcontract for additional disposal/recycle bins from a local waste disposal company.

Q: Preferred Install Months?
A: November or December.

Q: Time limit upon delivery?
A: 100% completion 30 days from delivery of lockers.

Q: Access to heavy lifting equipment from site?
A: No, vendor is responsible for providing any lifting equipment needed for installation and/or assembly.

Q: Breakdown of number of lockers upstairs and main floor (no stair)?
A: Upstairs 2x2 lockers = 167, Upstairs 1x2 lockers = 11, Main floor 2x2 lockers = 179, Main floor 1x2 = 6.

Q: Are there elevators to use to haul lockers upstairs?
A: There are no elevators in the buildings. You must haul them up the stairs on the outside stairwell of each building OR the middle stairwell of each building.

Q: Can 3-wide lockers be utilized as well?
A: No. Only 1-wide, 2-tier lockers OR 2-wide, 2-tier lockers will be accepted. If only providing 1-wide, 2-tier lockers, then you must weld 2 together to form a 2-wide, 2-tier locker.

Q: Can the vendor assemble the lockers in the parking lot?
A: Yes, the vendor can assemble the lockers in the parking lot if needed. Just to note, it will probably be November or December when the lockers will be installed so it may be cold to assemble the lockers in the parking lot.

Q: Hours of operation?
A: 0600-2200. No installation of lockers between 2200-0600.

Q: Is the contractor responsible for the removal of old lockers?
A: No, the contractor is not responsible for the removal of old lockers. However, the contractor is responsible for the removal of trash and debris from the new lockers.

Q: Delivery lead time and installation?
A: Delivery of lockers will be at most 12 weeks. Then 30 days after lockers have been delivered the lockers must have been installed.

Q:  Will the lockers be secured/bolted to the walls?
A:  Currently at the moment the lockers will not be secured/bolted to the walls because the Facilities Maintenance group have not approved securing items to the wall as of yet.  This may change though if the Facilities team approves this.

Q:  How can components of lockers be assembled?
A:  The assembly of the locker components can be welded, riveted, or a combination of both.  However, if two (2) 1x2 lockers must be joined together to form a 2x2 locker, then the two (2) lockers MUST be welded together, not riveted together.

Note:  2x2 refers to a locker that is two openings wide and two openings high. 1x2 refers to a locker that is one opening wide and two openings high. If the vendor can only get 1x2 lockers, the vendor should bid to have the two 1x2 lockers welded together. We are NOT looking for 3x2 lockers, referring to a locker that is three openings wide and two openings high.  Also, weld is referring to how two 1x2 lockers are attached/combined to make a 2x2 locker.



FAR REGULATION:

All offerors are notified this information because this solicitation is a small business set-aside and is subject to Federal Acquisition Regulation (FAR) 19.102(f) (the "Non-Manufacturer Rule). FAR 19.102 (f) states that "a small business prime contractor who is not manufacturing the supplies to be purchased by this solicitation must furnish items of a small business manufacturer who produces the items in the United States or its outlying territories". This solicitation is also subject to FAR Clause 52.219-14, "Limitations on Subcontracting". FAR Clause 52.219-14 states that "any small business prime contractor who is a manufacturer of the supplies must perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials."


CONTRACT TYPE / EVALUATION CRITERIA:

The contract type for this procurement will be firm-fixed price and award evaluation criteria will be based on Lowest Price Technically Acceptable (LPTA). An LPTA quote is one that meets all the technical aspects while being the lowest price quote, IAW FAR 15.101-2. For quotes to be technically acceptable they must demonstrate being able to deliver & install within 90 Days ARO.

SAM REGISTRATION:

All firms or individuals responding must meet all standards required to conduct business with the Government, including registration with SAM and WAWF/iRAPT, and be in good standing. All qualified responses will be considered by the Government. In addition to providing pricing each quote must include vendor's CAGE/DUNS number, Federal Tax Number, and must include point of contact information.
IAW FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing. Prospective offerors may obtain information on registration at WWW.SAM.GOV. IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov.

PROPOSALS:

All proposals are due by 12PM MST on 31 JULY 2019. If there are any questions regarding this solicitation, please email: [email protected]. Please submit proposals electronically by email.

The Government anticipates making award without discussions if funding becomes available. Therefore, offers should submit their best and final offer to include alternate proposals. The Government reserves the right to make an award solely on initial proposals received when funding becomes available. Offers bear the burden of ensuring that proposals (and any authorized amendments and samples) reach the designated office on time and should allow a reasonable time for e-mail transmissions to be completed. All pages of the proposal must reach the office before the deadline specified in this solicitation. The vendor bears the risk of non-receipt of electronically transmitted proposals and should confirm receipt.

CLAUSES:

The following provisions and clauses are applicable to this solicitation:

FAR 52.202-1 - Definitions
FAR 52.203-3 - Gratuities
FAR 52.204-7 - Central Contractor Registration
FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarement
FAR 52.212-1 - Instructions to Offerors
FAR 52.212-3 Alt 1 - Offeror Representations and Certifications-Commercial Items
FAR 52.212-4 - Terms and Conditions - Commercial
FAR 52.212-5 - Dev - Statutes/Exec Orders
FAR 52.219-1 (Alt I) - Small Business Program Representation
FAR 52.219-6 - Notice of Total Small Business Set-Aside
FAR 52.219-8 - Utilization of Small Business Concerns
FAR 52.219-14 - Limitations on Subcontracting
FAR 52.219-28 - Post-award Small Business Program Representations
FAR 52.222-3 - Convict Labor
FAR 52.222-21 - Prohibit Segregated Facilities
FAR 52.222-22 - Previous Contract and Compliance Reports
FAR 52.222-25 - Affirmative Action
FAR 52.222-26 - Equal Opportunity
FAR 52.222-36 - Affirmative Action for Workers With Disabilities
FAR 52.222-40 - Notification of Employees Rights Under the National Labor Relations Act
FAR 52.222-50 - Combating trafficking in Persons
FAR 52.222-54 - Employment Eligibility Verification
FAR 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving
FAR 52.225-23 - Restrictions on Certain Foreign Purchases
FAR 52.225-25 - Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications
FAR 52.232-1 - Payments
FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration
FAR 52.233-1 - Disputes
FAR 52.233-3 - Protest After Award
FAR 52.233-4 - Applicable Law for Breach of Contract Claim
FAR 52.243-1 (Alt 1) - Changes-Fixed Price
FAR 52.247-34 - FOB Destination
FAR 52.252-1 - Provisions Incorporated by Reference
FAR 52.252-2 - Clauses Incorporated by Reference
FAR 52.252-5 - Authorized Deviations in Provisions
FAR 52.252-6 - Authorized Deviation in Clauses
DFARS 252.203-7000 - Requirement Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 - Requirements to Inform Employees of Whistleblower Rights
DFARS 252.204-7003 - Control of Government Personnel Work Product
DFARS 252.209-7995 - Representation by Corporations Regarding Unpaid Delinquent Tax Liability of a Felony Conviction Under Any Federal Law
DFARS 252.212-7000 - Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items
DFARS 252.212-7001 - Dev Terms and Conditions
DFARS 252.225-7001 - Buy America Act and Balance of Payments Program
DFARS 252.225-7002 - Qualifying Country as Subcontractors
DFARS 252.225-7012 - Preference for Certain Domestic Commodities
DFARS 252.232-7003 - Electronic Submission of Payment Requests
DFARS 252.232-7010 - Levies on Contract Payments
DFARS 252.237-7010 - Prohibition of Interrogation of Detainees by Contract Personnel
DFARS 252.243-7001 - Pricing of Contract Modifications
DFARS 252.243-7002 - Requests for Equitable Adjustment.

FAR 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make full text available. Also, the full text of a clause may be accessed electronically at: HTTP://FARSITE.HILL.AF.MIL.

 

 

Bid Protests Not Available

Similar Past Bids

Louisiana 18 Jul 2017 at 9 PM
Tennessee 14 Aug 2018 at 2 PM
Location Unknown 02 Aug 2013 at 6 PM
Little falls Minnesota 24 Jul 2017 at 3 PM
Little falls Minnesota 17 Jul 2017 at 1 PM

Similar Opportunities