SOLICITATION NOTICE
71 -- Drawer System
- Notice Date
- 5/30/2025 8:52:09 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- FA9302 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Solicitation Number
- F1S0AD5126A001
- Response Due
- 6/13/2025 11:00:00 AM
- Archive Date
- 06/28/2025
- Point of Contact
- DENINA HUDSON, Karla Vazquez, Phone: 6612752540
- E-Mail Address
-
denina.hudson@us.af.mil, karla_lizette.vazquez_montes@us.af.mil
(denina.hudson@us.af.mil, karla_lizette.vazquez_montes@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- CLIN 0001 Drawer Systems to fit within existing units (1) 48"" tall drawer adapter - 4 post style (2) 48"" wide x 24"" deep x 6"" tall drawers (A style handle latch) (2) 48"" wide x 24"" deep x 8"" tall drawers (A style handle latch) (2) 48"" wide x 24"" deep x 10"" tall drawers (A style handle latch) Drawers will not include locks Drawers will not include subdividers Qty: 8 ea. Installation Required - REQUIREMENTS - This announcement constitutes the only Request for Quotation (RFQ). Quotes shall include Freight: FOB Destination **365 N. Flightline Rd. Edwards AFB, CA.** DPAS Rated Order � N/A Projected PoP: N/A Total Small Business Set-Aside The RFQ contemplates the award of a fixed-price delivery order. NAICS 337214-Cabinets PSC Code: 7125 Size Standard 1,000 employees Schedule holders who believe they can meet this requirement for Drawer Systems to include Installation as described above are invited to submit a quote. A site visit will be conducted on 09 June 2025 at 10:00 am Pacific Standard Time (PST). You will need to submit the following information to Denina Hudson and Karla Vazquez-Montes no later than 05 June 2025 to be permitted as follows: Legal Name: Driver�s License (must have a RealID): State of Issuance: Social Security: Phone Number: Date of Birth: Citizenship: Location: 365 North Flightline Rd., Edwards AFB, CA 93524 Please note you must arrive early to check-in at the Visitor�s Center at the Westgate located on Rosamond Blvd as there will be delays entering due to high volume of visitors. If you are late, you will not be permitted to join as we are on specified time limitations. We will not be escorting interested parties onto the base if you do not have a RealID or did not request access prior to 05 June 2025. Offerors are required to submit their Quote with enough information for the Government to evaluate the minimum requirements detailed in the RFQ. EVALUATION CRITERIA: Order will be awarded to the vendor whose quote provides the Lowest Price Technically Acceptable. Quotes will be evaluated starting at the lowest quote first then moving upwards. Technical capability will be thoroughly reviewed of the quote. Once the first technically acceptable quote has been identified further proposals will not be evaluated. Please also include the following in/with your quotes: -Delivery lead time -Identification of open market items (if applicable) -Details regarding any warranties or support plans applicable to this purchase -Installation -Quote validity period -CAGE/UEI *must* be on the quote -Discount Terms All responses to be sent through email to denina.hudson@us.af.mil and karla_lizette.vazquez_montes@us.af.mil. Responses are due no later than 13 June 2025 at 11:00 p.m. P.S.T. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION MUST BE COMPLETED. CONTRACTORS CAN ACCESS THROUGH BUSINESS PARTNERING NETWORK AND TO REGISTER, BY INTERNET URL: www.sam.gov OFFERORS MUST COMPLY WITH FAR 52.204-7, System for Award Management. The following FAR clauses apply to this acquisition: FAR 52.204-7 System for Award Management. FAR 52.204-27 Prohibition on a ByteDance Covered Application FAR 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services The following DFARS clauses apply to this acquisition: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirements to inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.204-7024 Notice on the Use of the Supplier Performance Risk System DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American and Balance of Payments Programs DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.225-7055 Representation Regarding Business Operations with the Maduro Regime DFARS 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area Work Flow 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 The following AFFARS Clauses apply to this acquisition: AFFARS 5352.201-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) AFFARS 5352.201-9101 Ombudsman (End of clause)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b2227ef117c2473894cd089808c9bea9/view)
- Place of Performance
- Address: Edwards, CA 93524, USA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN07461561-F 20250601/250530230050 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |