Federal Bid

Last Updated on 26 May 2021 at 7 PM
Combined Synopsis/Solicitation
New york New york

Overhead Rollup Door Replacement DFAS-Rome

Solicitation ID HQ042321R0039
Posted Date 26 May 2021 at 7 PM
Archive Date 02 Jul 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Defense Finance And Accounting Svc
Agency Department Of Defense
Location New york New york United states 13441

Title of requirement:  Overhead Rollup Doors Replacement for Defense Finance and Accounting Service Rome (DFAS-RO)

This is a combined synopsis/solicitation RFQ for the purchase of two (2) existing 9’-6” X 12’-0” steel rollup overhead doors, tracks, openers and all associated hardware for DFAS-IN in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation, quotations are being requested and written solicitation will not be issued. 

Set Aside:  This will be a total small business set-aside.  NAICS code for this announcement is 238290 with small business size standard of $16.5 million.  Quotes only from small business concerns and Federal Prison Industries (FPI) will be accepted.  Quotes received from concerns that are not small business or FPI shall be considered nonresponsive and will be rejected. 

Reference No.: KOARO21RE028

SOLICITATION CLOSING DATE:  All quotes must be received by the closing date/time on June 17, 2021 at 12:00 PM eastern.  Preferred delivery method for submission of your quote is via email: [email protected].  Quotes shall include at a minimum, in addition to the items listed in the section “BASIS for AWARD” below, the following:

  • Unit pricing per line item as shown on the separately attached schedule of items table;
  • Vendor Contact Name, Phone Number and Email Address
  • Company Cage Code and DUNS Number
  • Tax Identification Number
  • Business Size:  Small/Large/Other: _______________
  • Place of Manufacture

Note: A Schedule of Items table has been provided as a separate attachment to assist with supplying the required pricing and vendor contact information.

Attached Documents: Statement of Work (SOW), Schedule of Items, and Full Text (Clauses and Provisions).

Issued by:

Point of Contact: Anthony Svab

DFAS Contract Services Directorate

3990 E Broad Street

Bldg. 21

Columbus, OH  43213-1152

Phone:  614-701-4283

Fax:  614-701-2918;

Email address:  [email protected]

Contract Type:  Under FAR Part 13.3 the Government intends to award a single firm fixed Price (FFP) award. 

REQUIRED: Page 1-2 of the document “Full Text” must be completed by the vendor and sent in with that vendor’s quote. Failure to complete the necessary representations of these two (2) provisions will result in that vendor’s quote NOT be considered for award.

Description of Requirement:  Contractor shall remove of two (2) existing 9’-6” X 12’-0” steel rollup overhead doors, tracks, openers and all associated hardware. Contractor shall provide and install two (2) 9’-6” X 12’-0” polystyrene (min R-8) insulated steel rollup overhead doors with openers. Include tracks, weather seals, and all associated hardware. Door curtains shall be a minimum 22 gauge steel, color Gray on exterior and White interior. Openers shall be ½ hp, 208V 3 phase power with three button wall controller, electric safety bottom bars and manual chain hoist. Contractor is responsible for all electrical work and shall properly follow NEC and Lockout & Tagout procedures.

Contractor is responsible to verify all measurements.

Contractor shall leave old doors, hardware, and recyclable material on site to be properly recycled by DFAS in the Air Force recycle program.

Contractor shall submit specification cut sheet with their proposal for the doors and openers.

SITE VISIT: Due to the need for the vendor to have precise measurements, in order for a vendor to be considered for award, a site visit will be MANDATORY. The site visit will be held on JUNE 8, 2021 and 9:00 AM (eastern). Failure to attend the site visit will result in the removal of your company’s quote from consideration. All costs associated with the site visit will be at the vendor’s expense. Due to the ongoing COVID-19 pandemic, masks will be required for the site visit. Interested vendors need to contact Chet Stuttler at 315-709-6063 or at [email protected] to sign up for the site visit. This should be the ONLY contact made to this individual for the purposes of this RFQ.

Warranties: The contractor shall provide all services associated with manufactures Lifetime Limited warranty to include shipping and all other fees within the first 90 days.

Place of Performance, Inspection, and Acceptance:   Deliver FOB Destination to occur no later than 45 days for ordering and receiving doors; to include 10 days for removal and install of doors.  Address for Delivery:

Defense Finance and Accounting Services (DFAS)

Building 1

325 Brooks Road

Rome, New York 13441

POC: Chet Stuttler, Site Support Supervisor (315) 709-6063
 

List any Acceptance Criteria:   All or none basis.

Conformance to SOW: You must provide the services in accordance with the Statement of Work. Unless an exception is specifically noted within your quote, your quote will be considered to be in complete conformance to the solicited requirements.  

BASIS FOR SELECTION:  The Government will award a single contract to the Contractor whose quote is determined to be best price.

Cost of Quotes:  Expenses incurred in the preparation of quotes in response to this RFQ are the vendor’s sole responsibility and not reimbursable by the Government. 

Invoicing and Payment:  Invoices shall be submitted as a 2-in-1 or Combo invoice via Wide Area Workflow (WAWF) to a WAWF acceptor that will be identified in the resulting contract per DFARS Clause 252.232-7006 Wide Area Work Flow.  It is the Contractor’s responsibility to register in the WAWF system in order to insure prompt payment.  Once the invoice is received in WAWF, the Acceptor will review and if correct accept it for payment.

Contracting Officer’s Representative (COR):  The COR will act as the on-site, technical point-of-contact for the Government during execution of this contract.  The COR’s authority is limited to technical issues and is not authorized to make contractual decisions.  The COR will monitor performance, funding and payment requirements.  An alternate, will be assigned if the designated COR is unavailable.  COR will be provided upon award of any resultant contract.

Applicable Provisions and Clauses:  The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05.  The Government intends to include the following FAR and DFAR clauses and provisions, either by reference or in full text in the resulting award.  NOTE:  The FAR and DFARS clauses may be accessed in full text at http://www.acquisition.gov/browse/index/far. 

Provisions by Reference: 

52.204-7

System for Award Management

OCT 2018

52.204-16

Commercial and Government Entity Code Reporting

AUG 2020

52.209-11

Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law

FEB 2016

52.212-1

Instructions to Offerors – Commercial Items

JUN 2020

52.212-3

Offeror Representations and Certifications—Commercial Items

FEB 2021

252.203-7005

Representation Relating to Compensation of Former DoD Officials

NOV 2011

252.204-7008

Compliance Safeguarding Covered Defense Information Controls

OCT 2016

252.204-7019

Notice of NIST SO 800-171 DoD Assessment Requirements

NOV 2020

Clauses By Reference:

52.204-18

Commercial and Government Entity Code Maintenance

AUG 2020

52.204-19

Incorporation by Reference of Representation and Certifications

DEC 2014

52.211-17

Delivery of Excess Quantities

SEPT 1989

52.212-4

Contract Terms and Conditions – Commercial Items

OCT 2018

52.232-39

Unenforceability of Unauthorized Obligations

JUN 2013

52.232-40

Providing Accelerated Payments to Small Business Subcontractors

DEC 2013

52.233-4

Applicable Law for Breach of Contract Claim

OCT 2004

52.253-1

Computer Generated Forms

JAN 1991

252.201-7000

Contracting Officer’s Representative

DEC 1991

252.203-7000

Requirements Relating to Compensation of Former DoD Officials

SEP 2011

252.204-7012

Safeguarding of Unclassified Controlled Technical Information

DEC 2019

252.204-7015

Notice of Authorized Disclosure of Information to Litigation Support Contractors

MAY 2016

252.204-7020

NIST SP 800-171 DoD Assessment Requirements

NOV 2020

252.225-7001

Buy American and Balance of Payments Program

DEC 2017

252.232-7003

Electronic Submission of Payment Requests and Receiving Reports

DEC 2018

252.232-7006

Wide Area Workflow Payment Instructions

DEC 2018

252.232-7010

Levies on Contract Payments

DEC 2006

252.244-7000

Subcontracts for Commercial Items

JAN 2021

252.247-7023

Transportation of Supplies by Sea – Basic

FEB 2019

Incorporated by Full Text:  The following provisions and clauses in full text have been separately attached:

52.204-24

Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

OCT 2020

52.204-25

Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

AUG 2020

52.204-26

Covered Telecommunications Equipment or Services – Representation

OCT 2020

52.212-5

Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial Items

JAN 2021

52.252-1

Solicitation Provisions Incorporated by Reference

FEB 1998

52.252-2

Clauses Incorporated by Reference

FEB 1998

QUESTIONS AND INQUIRIES CONCERNING THIS RFQ:  All questions and inquiries concerning any aspect of this requirement must be submitted in writing to [email protected]. Telephone requests will not be honored.  The Government’s response to inquiries will be made in writing.  Any resulting additions, deletions or changes to the RFQ will be made by issuances of a formal amendment.  Quoters are instructed specifically to contact only the issuing contract office in connection with any aspect of this requirement prior to contract award. 

PLEASE NOTE:  A quotation does not constitute an award; therefore, an obligation to your company is not official until you receive a purchase order.

Bid Protests Not Available

Similar Past Bids

New york New york 21 Apr 2022 at 6 PM
Rome Iowa 23 Jun 2011 at 1 PM
New york New york 12 Dec 2019 at 4 PM
New york New york 11 Sep 2007 at 4 AM
Brooks Maine 10 Jan 2017 at 1 PM

Similar Opportunities

Colorado 16 Jul 2025 at 4 AM (estimated)
Colorado 16 Jul 2025 at 4 AM (estimated)
Location Unknown 28 Jul 2025 at 4 PM
Location Unknown 02 Apr 2026 at 4 AM (estimated)
Location Unknown 23 Jan 2026 at 5 AM (estimated)