Federal Bid

Last Updated on 30 Jun 2017 at 8 AM
Combined Synopsis/Solicitation
Tracy California

Workbenches

Solicitation ID M67400-17-R-0005
Posted Date 08 Jun 2017 at 4 AM
Archive Date 30 Jun 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Tracy California United states
This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subparts 12.6, as supplemented with additional information included with or attached to this notice. The Regional Contracting Office-MCIPAC intends to solicit and award a Firm Fixed Price contract for this requirement.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 and Defense Federal Acquisition Regulations Supplement Publication Notice (DPN) 20161222. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION.

The Government intends to issue a single award to the responsible quoter that meets following factors: Best Value which will include a technical evaluation, an evaluation of overall price and an evaluation of the service providers past performance history in the Past Performance Information Retrieval System (PPIRS-SR).

The quote shall contain all requested products as the contract award will be made in aggregate. Therefore, any quote received without all products priced will be considered non-responsive.

The Government is soliciting quotes for the purchase of workbenches.

*ONLY OPEN MARKET PRICING WILL BE CONSIDERED*

This is a "Brand Name" or "Equal" procurement. The referenced brand name is not intended to be restrictive, but represent the minimum requirements of the Government. The salient physical, functional, or performance characteristics must be met in order for an "equal" item to be acceptable for award by the Government.

It is the quoter's responsibility to furnish sufficient information to the Government in order to determine acceptability of the quoted "equal" item(s). Therefore, if "equal" items are quoted, the quoter shall submit all technical specifications for the Government to review in order to determine technical acceptability.

Quoters are instructed to completely fill out the attached coversheet and return it along with your quote.

Failure to provide the required coversheet may result in your quote being considered non-responsive by the Government.

All quotes shall be submitted in English.

All materials awarded under this contract are expected to be delivered 30 days after the award.

Delivery shall be made to:

Defense Logistics Agency, Defense Distribution Depot San Joaquin, Tracy Depot, Bldg.30 CCP, 25600 Chrisman Road, Tracy, CA 95376

Quoters shall state their proposed delivery schedule and F.O.B. terms. If proposing Freight Prepaid, an estimated freight cost shall be included.

Please see the below for the requirement's details:

CLIN0001: Workbench Combination
Item description: At a minimum must meet the following salient characteristics:
- Height - Approx 35 inches +/- 2 inches
- Material - Steel
- Work surface - 72 inches long X 30 inches deep
- Work surface style - butcher block with a satin finish
- Shall have a 12 inch deep riser shelf +/- 1 inch
- Color - Blue
Referenced MFR: Lista International
Referenced Part number: WB1103-BTS7230CB or equal
Qty: 5 EA

CLIN0002: Techbench Combination
Item description: At a minimum must meet the following salient characteristics:
- Height - Approx 35 inches +/- 2 inches
- Material - Steel
- Work surface - 72 inches long X 30 inches deep
- Work surface style - butcher block with a satin finish
- Shall have (2) 16 inch instrument riser supports. (1) with power +/- 1 inch
- Shall have 12 inch deep instrument riser shelf +/- 1 inch
- Color - Blue
Referenced MFR: Lista International
Referenced MFR Part#: TB3102-BTB7230CB or equal
Qty: 2 EA

The following provisions and clauses apply to this acquisition:
FAR 52.204-2 Security Requirement (Aug 1996),
FAR 52.204-7 System for Award Management (Oct 2016),
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016)
FAR 52.211-6 Brand Name or Equal (Aug 1999),
FAR 52.211-17 Delivery of Excess Quantities (Sep 1989),
FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jan 2017),
FAR 52.212-2 Evaluation-Commercial Items (Oct 2014),
FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Jan 2017),
FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Jan 2017),
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2017),
FAR 52.219-1 Small Business Program Representations (Oct 2014),
FAR 52.219-28 Post-Award Small Business Program Representation (Jul 2013),
FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 2016),
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011),
FAR 52.233-3 Protest After Award (Aug 1996),
FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008),
FAR 52.225-17 Evaluation of Foreign Currency Offers (Feb 2000): If the Government receives offers in more than one currency, the Government will evaluate offers by converting the foreign currency to United States currency using the Government Fiscal Year Budgetary Exchange Rate of ¥121.83 to a dollar in effect as follows:
(a) For acquisitions conducted using sealed bidding procedures, on the date of bid opening.
(b) For acquisitions conducted using negotiation procedures--
(1) On the date specified for receipt of offers, if award is based on initial offers; otherwise
(2) On the date specified for receipt of proposal revisions.
FAR 52.232-1 Payments (Apr 1984),
FAR 52.232-8 Discounts for Prompt Payment (Feb 2002),
FAR 52.232-23 Assignment of Claims (May 2014)
FAR 52.232-33 Payment by Electronic Funds Transfer -System for Award Management (Jul 2013),
FAR 52.233-1 Disputes (May 2014),
FAR 52.233-3 Protest After Award (Aug 1996),
FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004),
FAR 52.243-1 Changes- Fixed Price (Aug 1987),
FAR 52.247-34 F.O.B. Destination (Nov 1991),
DFARS 252.203-7000: Requirements Relating to Compensation of Former DoD Officials (Sep 2011),
DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower Rights (Sep 2013),
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011),
DFARS 252.204-7003: Control of Government Personnel Work Product (Apr 1992),
DFARS 252.204-7004 Alternate A, System Award for Management (Feb 2014),
DFARS 252.204-7005 Oral Attestation of Security Responsibilities (Nov 2001),
DFARS 252.204-7008: Compliance with Safeguarding Covered Defense Information Controls (OCT 2016).
DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (OCT 2016),
DFARS 252.209-7998 Representation by Corporations Regarding Conviction of a Felony Criminal (Deviation 2012-O0007).
DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law.
DFARS 252.211-7003 Item Unique Identification and Valuation (MAR 2016),
DFARS 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States (JUN 2015),
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012),
DFARS 252.232-7006 Wide Area Work Flow Payment Instructions (May 2013),
DFARS 252.232-7008 Assignment of Claims (Overseas) (Jun 1997),
DFARS 252.232-7010 Levies on Contract Payments (Dec 2006),
DFARS 252.243-7001 Pricing of Contract Modifications (Dec 2012),
DFARS 252.246-7006: Warranty Tracking of Serialized Items.(DEC 1991),

Responsible quoters must be active in the System Award for Management in accordance with DFARS 252.204-7004 Alternate A (Feb 2014).

Payment shall be made electronically by DFAS Columbus, utilizing Wide Area Work Flow for CONUS quotes, and by DFAS Yokota Japan for local quotes.

Note: Full text of each FAR and DFARS Provision and Clause may be accessed electronically at http://farsite.hill.af.mil/.

Quoters are instructed to completely fill out the attached coversheet and return it along with your quote.

Quoters are instructed to include their DUNS number and CAGE code in their quote. Failure to provide the required information may result in your quote being considered non-responsive by the Government.

Questions regarding this requirement must be submitted to [email protected] NLT 1800 EST on 13 June 2017.

Quoters shall submit their response to this RFQ via email to [email protected] or via fax to 011-81-611-745-0959 NLT 1600 EST on 15 June 2017.

Quoters are advised it is their responsibility to ensure all information pertaining to this RFQ is received in full by the Regional Contracting Office-MCIPAC NLT then the expiration of this RFQ.

(End of RFQ)

Bid Protests Not Available

Similar Past Bids

Ohio 07 May 2021 at 4 AM
Location Unknown 03 Apr 2008 at 9 PM
Nevada 25 Jun 2008 at 9 PM
Location Unknown 28 Jun 2016 at 7 PM
Location Unknown 30 Aug 2016 at 9 PM

Similar Opportunities

Michigan 16 Jul 2025 at 2 AM (estimated)
Location Unknown 15 Jul 2025 at 6 PM
Oklahoma 27 Jul 2025 at 4 AM (estimated)
Oklahoma 27 Jul 2025 at 4 AM (estimated)
Kittery Maine 19 Jul 2025 at 4 AM