Federal Bid

Last Updated on 24 Aug 2017 at 8 AM
Combined Synopsis/Solicitation
Kingsley Pennsylvania

VIDMAR Furniture

Solicitation ID W912JV-17-Q-7024
Posted Date 26 Jul 2017 at 5 PM
Archive Date 24 Aug 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7nw Uspfo Activity Or Arng
Agency Department Of Defense
Location Kingsley Pennsylvania United states
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: W912JV-17-Q-7024 is being issued as a Request for Quotation (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The NAICS code is 337215 and the small business size standard is 500 EMP. The following commercial items are requested:

***THIS IS A BRAND NAME SOLICITATION. ONLY VIDMAR BRAND PRODUCTS WILL BE ACCEPTED, BRAND NAME JUSTIFICATION IS ATTACHED ***

Line Item Part Number/Description

CLIN 0001 SCU1915AL WITH LD516
3 - Each 603-16-782-1
1 - Each 0200 HOUSING - ST,0200 (30"W X 27 3/4"D X 37"H) EACH WITH:
5 - Each LD40516 40 DRAWER WITH LD 516
1 - Each SL10 LOCKING DEVICE

CLIN 0002 XW200 WITH LD1651L AND 816
1 - Each 603-16-782-2
1 - Each XW0200 HOUSING - XW,0200 (45"W X 27 3/4"D X 37"H) WITH EACH
2 - Each LDXW35XW816 XW35 DRAWER WITH LD XW816
2 - Each LDXW40XW816 XW40 DRAWER WITH LD XW816
1 - Each LDXW50XW1651L XW50 DRAWER WITH LD XW1651L
1 - Each SL10 LOCKING DEVICE

CLIN 0003 SINK CABINET - WILL NEED FIELD ADJUSTMENT
1 - Each 603-16-782-3
1 - Each DWPT0200 HOUSING-DW PASS THROUGH, 0200
1 - Each DWSDD200 DOOR ASSY
1 - Each DLPTBP80 BOTTOM PAN DL PASS THROUGH
1 - Each SDL2001 SHELF DOOR LOCK-200

CLIN 0004 HARDWOOD TOPS
1 - Each 603-16-782-3
2 - Each HT84 HARDWOOD TOP-84 X 30 X 1 3/4
1 - Each HT45 HARDWOOD TOP-45 X 30 X 1 3/4
1 - Each HT30 HARDWOOD TOP-30 X 30 X 1 3/4
1 - Each HT78 HARDWOOD TOP-78 X 30 X 1 3/4
4 - Each BL2001 BENCH LEG - ST 200
2 - Each LWBL2001 BENCH LEG - LW, 200 H
2 - Each BLFR84 STRINGER/FOOTRST-84,BL TO BL
1 - Each HT96 HARDWOOD TOP-96 X 30 X 1 3/4
1 - Each BL2001 BENCH LEG - ST 200
1 - Each STBC066 STRINGER - 66,BL TO CAB
1 - Each HT90 HARDWOOD TOP-90 X 30 X 1 3/4
1 - Each BL2001 BENCH LEG - ST 200
1 - Each LWBL2001 BENCH LEG - LW, 200 H

CLIN 0005 BOOKCASES
1 - Each 603-16-782-4
14 - Each BKA30 BOOKCASE - 30 X 14 X 30
14 - Each SDDBKA30 BOOKCASE DOOR - DBL, STL, HING
14 - Each SDLBKA30 BOOKCASE DOOR LOCK-HINGED DOOR
7 - Each UNISTLFT INSTN UNISTRUT 10 FT


CLIN 0006 HELMET STORAGE
1 - Each 603-16-782-5
3 - Each XWBKA27 BOOKCASE - 45 X 14 X 27
8 - Each STF-REAR-ONLY STF REAR HOLES ONLY-FOR BKA MT
5 - Each BKA27 BOOKCASE - 30 X 14 X 27
1 - Each UNISTLFT INSTN UNISTRUT 10 FT

CLIN 0007 INSTALLATION
1 - Job Contractor is to provide all materials, equipment, and labor required to completely install all items.

All items must be delivered and installed NLT 60 days ADC.

***ALL SHIPPING COST MUST BE INCLUDED IN EACH LINE ITEM PRICE WITH FINAL QUOTE. SEE ADDRESS BELOW. ***

The shipping address is as follows:
173d OSS
243 Vandenberg Drive
Kingsley Field, Oregon 97603

The following provisions and clauses apply to this acquisition:
FAR 52.212-1 -- Instructions to Offerors -- Commercial Items.
FAR 52.212-2 -- Evaluation -- Commercial Items.
FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. Alternate I.
FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items.
FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items.
FAR 52.203-19 -- Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements.
FAR 52.204-7 -- System for Award Management.
FAR 52.204-13 -- System for Award Management Maintenance.
FAR 52.204-16 -- Commercial and Government Entity Code Reporting.
FAR 52.204-18 -- Commercial and Government Entity Code Maintenance.
FAR 52.204-22 -- Alternative Line Item Proposal.
FAR 52.209-10 -- Prohibition on Contracting With Inverted Domestic Corporations.
FAR 52.219-6 -- Notice of Total Small Business Set-Aside.
FAR 52.219-28 -- Post-Award Small Business Program Rerepresentation.
FAR 52.222-3 -- Convict Labor.
FAR 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies.
FAR 52.222-21 -- Prohibition of Segregated Facilities.
FAR 52.222-26 -- Equal Opportunity.
FAR 52.222-36 -- Equal Opportunity for Workers With Disabilities.
FAR 52.222-50 -- Combating Trafficking in Persons.
FAR 52.223-5 -- Pollution Prevention and Right-to-Know Information.
FAR 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging While Driving.
FAR 52.225-13 -- Restrictions on Certain Foreign Purchases.
FAR 52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management.
FAR 52.232-40 -- Providing Accelerated Payments to Small Business Subcontractors.
FAR 52.233-3 -- Protest After Award.
FAR 52.233-4 -- Applicable Law for Breach of Contract Claim.
FAR 52.252-2 -- Clauses Incorporated by Reference.

DFARS 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials.
DFARS 252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights.
DFARS 252.203-7005 -- Representation Relating to Compensation of Former DoD Officials.
DFARS 252.204-7011 -- Alternative Line Item Structure.
DFARS 252.204-7015 -- Notice of Authorized Disclosure of Information for Litigation Support.
DFARS 252.211-7003 -- Item Unique Identification and Valuation.
DFARS 252.211-7008 -- Use of Government-Assigned Serial Numbers.
DFARS 252.213-7000 -- Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations.
DFARS 252.223-7008 Prohibition of Hexavalent Chromium.
DFARS 252.225-7000 -- Buy American--Balance of Payments Program Certificate.
DFARS 252.225-7001 -- Buy American and Balance of Payments Program.
DFARS 252.225-7031 -- Secondary Arab Boycott of Israel.
DFARS 252.225-7048 -- Export-Controlled Items.
DFARS 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports.
DFARS 252.232-7006 -- Wide Area WorkFlow Payment Instructions.
DFARS 252.232-7010 -- Levies on Contract Payments.
DFARS 252.244-7000 -- Subcontracts for Commercial Items.
DFARS 252.247-7023 -- Transportation of Supplies by Sea.

Submit the price quote information via email to SSgt Joel Sire at [email protected] and to SMSgt Jerry Fuls at [email protected]. Responses to this RFQ must be received via e-mail not later than 12:00 PM Pacific Daylight Time on Wednesday 9 August 2017. Oral Quotes will not be accepted. Collect calls will not be accepted. All proposals must be directly submitted by the firm that is intended to be the successful awardee. Proposal submitted by another firm on behalf of a company with the intention of being award "care of" will not be accepted. Award will be based on lowest price technically acceptable.

 

Bid Protests Not Available

Similar Past Bids

Kimball West virginia 15 Jun 2018 at 12 AM
Location Unknown 06 Aug 2019 at 6 PM
Location Unknown 16 May 2019 at 12 AM
Location Unknown 13 Jul 2015 at 1 PM
Bremerton Washington 02 Jan 2020 at 7 PM

Similar Opportunities

Oklahoma 13 Jul 2025 at 4 AM (estimated)
Oklahoma 22 Jul 2025 at 4 AM (estimated)
Oklahoma 13 Jul 2025 at 4 AM (estimated)
Falls church Virginia 21 Jul 2025 at 8 PM
Hill air force base Utah 30 Jun 2026 at 3 PM