SOLICITATION NOTICE
71 -- RF SHIELDED CELL PHONE LOCKERS
- Notice Date
- 9/25/2024 10:22:30 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337215
— Showcase, Partition, Shelving, and Locker Manufacturing
- Contracting Office
- WASHINGTON HEADQUARTERS SERVICES WASHINGTON DC 203011000 USA
- ZIP Code
- 203011000
- Solicitation Number
- HQ003424R0491
- Response Due
- 10/7/2024 7:00:00 AM
- Archive Date
- 10/22/2024
- Point of Contact
- Jimmie Toloumu, Phone: 5712328259, Eric Darby, Phone: 5712141848
- E-Mail Address
-
jimmie.j.toloumu.civ@mail.mil, eric.u.darby.civ@mail.mil
(jimmie.j.toloumu.civ@mail.mil, eric.u.darby.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The proposed contract action is for a brand name or equal product. FAR 52.211-6 -- Brand Name or Equal is hereby incorporated by reference. The brand name, model number, and salient characteristics of the product(s) are:� Brand name: JEMIC Lockers manufactured by JEMIC Shielding Technology Products Model Number: LFSCS-28S0L/Model #LPSCS-28S0L/ or compatible model Salient Characteristics: Block Wi-Fi (2.4 & 5GHz), Bluetooth, cell signals including 5G networks, GPS, RFID, and radio signals from low MHz to 40GHz Front access panel swings on a continuous hinge Surface-mounted reprogrammable 4-digit combination lock At least two master control keys per bank of 28 lockers Compartments are numbered sequentially Free standing or surface mount on a flat, sturdy surface made of wood or other strong structural material that can support its weight Dimensions of RF Cell phone Locker: 66 1/2� High- x 30 1/2� wide x 9 �� deep. It Contains 28 Cell Phone doors (6-1/2"" W x 5-1/4"" H x 8� Deep) The locker color is Aluminum Each component is fully shielded, the floor is lined with suede type fabric Berry compliant The RFQ number is HQ003424R0491. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-06 and DFARS Publication Notice 20240916. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.� The NAICS code is 337215 and the Small Business Standard is 500 employees. The proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside decision. The Washington Headquarters Services, Acquisition Directorate requests responses from qualified sources capable of providing: CLIN 0001: Radio Frequency (RF) Shielded Cell Phone lockers meeting the salient characteristics listed above. The quantity required is eight (8) and the unit of issue is each (EA). �� Delivery is 16 weeks after delivery of contract (ADC); Delivery is FOB Destination. Review attached SF 1449 HQ0034240491 for delivery address. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.� Review the attached SF 1449 HQ003424R0491 for applicable FAR and DFAR provision and clauses applicable to this procurement. The quoter Questions � The cutoff date and time for questions is 10am Eastern Time (ET) on 09/30/2024. Quoters are requested to email questions to jimmie.j.toloumu.civ@mail.mil and eric.u.darby.civ@mail.mil. Due Date - This announcement will close at 10am ET on 10/07/2024. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.� Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and technically acceptable low bids. To be considered technically acceptable, the quoter shall propose the brand name or an equal meeting the salient characteristics described above. Additionally, the quoter shall propose delivery at the minimum 16 weeks ADC. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile.� Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/228cd85aef73425a9cb667df7c12e0f2/view)
- Place of Performance
- Address: Fort Belvoir, VA 22060, USA
- Zip Code: 22060
- Country: USA
- Zip Code: 22060
- Record
- SN07225018-F 20240927/240925230122 (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 |