Federal Bid

Last Updated on 21 Jun 2021 at 7 PM
Combined Synopsis/Solicitation
Flowood Mississippi

Collapsible Containers

Solicitation ID W50S7H21R0002
Posted Date 21 Jun 2021 at 7 PM
Archive Date 14 Jul 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7nh Uspfo Activity Msang 172
Agency Department Of Defense
Location Flowood Mississippi United states 39232

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number W50S7H21R0002 is being issued as a Request for Quote (RFQ) with OPEN MARKET PRICING. This requirement is being Set-Aside for Small Businesses under NAICS 332439 with a Size Standard of 500 employees. Quotes will be evaluated on price and ability to meet specifications. All quotes shall include a standard commercial warranty equal to that offered in the commercial market, as well as specifications and product literature that sufficiently describes the product. Along with your quote, please provide the country of origin for the products quoted. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-05, effective March 10, 2021 and the Defense Federal Acquisition Regulations (DFARS) Publication Notice (DPN) 20210520 effective May 20, 2021. It is the contractors' responsibility to be familiar with applicable clauses and provisions.

The 172d Airlift Wing, Base Contracting Office, Jackson, MS intends to issue a contract for the following items:

CLIN 0001 – Collapsible Containers; Approx. 77 inches L x 45 inches W x 32 inches H, 2 EA.

CLIN 0002 – Collapsible Containers, Approx. 84 inches L x 104 inches W x 45 inches H, 2 EA.

Attachment 1: Salient Characteristics of Collapsible Containers

                                                                                                           

DELIVERY: 30 days after receipt of order. If delivery date cannot be met, indicate proposed delivery date. Offer is to be FOB DESTINATION, delivered to: 141 Military Dr., Jackson, MS 39232

BASIS OF AWARD: A purchase order will be awarded to the responsible offeror whose quote conforms to the solicitation and is considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process with technically acceptable and price being equal. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ.

The following factors will be used to evaluate the proposal: (1) Technical Acceptability and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. Price evaluation shall be based on the lowest reasonable evaluated price. Price will always be an important factor.

This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs.

52.232-18 -- Availability of Funds. The Government’s commitment under this request is contingent upon the availability of appropriated funds. The government will not make an award until funding becomes available. Quotes must be valid until 30 September 2021, if possible.

Clauses and provisions incorporated by reference may be accessed via the Internet at https://www.acquisition.gov/. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one contractor.

Deadline for receipt of your quote is established for no later than 1:00 P.M. CDT, Tuesday, June 29, 2021. Please email quote to [email protected] and [email protected]. SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register on line go to http://www.sam.gov/.

The following FAR and DFARS provisions and clauses apply to this solicitation:

FAR 52.204-7, System for Award Management

FAR 52.204-8, Annual Representations and Certifications

FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards

FAR 52.204-13, System for Award Management Maintenance

FAR 52.204-16, Commercial and Government Entity Code reporting

FAR 52.204-17, Ownership or Control of Offeror

FAR 52.204-18, Commercial and Government Entity Code Maintenance

FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems

FAR 52.204-22, Alternative Line Item Proposal

FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities

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

FAR 52.204-25, Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.204-26, Covered Telecommunications Equipment or Services--Representation

FAR 52.209-6, protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations

FAR 52.212-1, Instructions to Offerors, Commercial Items

FAR 52.212-3, Offeror Representations and Certifications—Commercial Items

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, applies to this acquisition, and these additional FAR clauses cited in the clause are applicable to the acquisition:

52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Standards

52.209-10, Prohibition on Contracting with Inverted Domestic Corporations

52.219-28, Post Award Small Business Program Representation

52.222-3, Convict Labor

52.222-19, Child Labor – Cooperation with Authorities and Remedies

52.222-21, Prohibition of Segregated Facilities

52.222-26, Equal Opportunity

52.222-36, Equal Opportunity for Workers with Disabilities

52.222-50, Combating Trafficking in Persons

52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving

52.225-13, Restrictions on Certain Foreign Purchases

52.232-33, Payment by Electronic Funds Transfer - System for Award Management

52.233-3, Protest after Award

52.233-4, Applicable Law for Breach of Contract Claim

FAR 52.219-6, Notice of Total Small Business Set-Aside

FAR 52.222-20, Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000

FAR 52.232-39, Unenforceability of Unauthorized Obligations

FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors

FAR 52.252-1, Solicitation Provisions Incorporated by Reference

FAR 52.252-2, Clauses Incorporated by Reference

FAR 52.252-6, Authorized deviations in Clauses          

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

DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services—Representation

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

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

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

DFARS 252.211-7003, Item Unique Identification and Valuation

DFARS 252.211-7008, Use of Government-Assigned Serial Numbers

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

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

Contracting Office Address:

172 MSG/MSC

141 Military Drive

Jackson, MS 39232

Primary Point of Contact:

Anthony McClinton – 601-405-8006

[email protected]      

Secondary Point of Contact:

Adam Surkin – 601-405-8656

[email protected]  

Bid Protests Not Available

Similar Past Bids

Flowood Mississippi 07 Jun 2021 at 2 PM
Pennsylvania 11 Sep 2022 at 4 AM
Pennsylvania 11 Sep 2022 at 4 AM
Washington Not Specified
Warren Michigan 04 May 2017 at 3 PM

Similar Opportunities

Garland Texas 16 Jul 2025 at 3 PM
Panama city Florida 09 Jul 2025 at 7 PM
Warren Michigan 25 Jul 2025 at 8 PM
Mechanicsburg Pennsylvania 05 Sep 2025 at 8 PM
Mechanicsburg Pennsylvania 18 Jul 2025 at 8 PM