Type I and Type II Cabinet Sets
ID: W519TC25Q2014Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Office Furniture (except Wood) Manufacturing (337214)

PSC

CABINETS, LOCKERS, BINS, AND SHELVING (7125)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command at Rock Island, Illinois, is soliciting proposals for the procurement of Type I and Type II Cabinet Sets as part of the Metal Working and Machine Shop Set (MWMSS) program. The cabinets are required to meet stringent specifications for durability and functionality, ensuring they can withstand heavy loads and various impact tests, which are critical for maintaining organization and safety in military operations. Interested contractors must adhere to a structured submission process, including providing warranty information, technical manuals, and a price matrix, with the contract expected to be awarded under a Total Small Business Set-Aside. For further details, potential bidders can contact Debbie Trainor at debbie.l.trainor.civ@army.mil, with submissions due within 30 days post-award.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided document outlines the Contract Data Requirements List (CDRL) for the submission of Digital/Printed Copies of Commercial Off the Shelf (COTS) Manuals and a Copyright Release Letter associated with the MWMSS system. It specifies the requirements for data items, including the type of data (Technical Manuals or Copyright Releases), submission formats (Microsoft Office or PDF), and deadlines for submission, which is set for 30 days post-contract award. The document emphasizes that a copyright release letter must accompany the manuals, allowing for public distribution of the technical information included. Throughout, the roles of various contracting personnel and their contact details are noted, along with a thorough explanation of how to fill out the required forms. Overall, this document ensures compliance with government regulations while facilitating smooth communication between the contractor and relevant government offices following award of the contract.
    The document outlines the Contract Data Requirements List (CDRL) for submitting product warranty information concerning the MWMSS system. It specifies various components that contractors must include in their submissions, including product nomenclature, original equipment manufacturer details, warranty type and coverage, claims procedures, and warranty exclusions. The initial submission is required 30 days after contract award, and the information must be formatted in compatible software, such as Microsoft Office or PDF. The distribution of submitted data includes various contacts within the government contracting and engineering teams, ensuring proper handling and oversight. The purpose of the document is to establish clear expectations for data submission related to warranties, emphasizing the importance of compliance for operational effectiveness in government contracts. This structured approach assists in managing contractor warranty obligations while maintaining necessary communication channels among all stakeholders involved in the contract.
    The document is a Contract Data Requirements List (CDRL) detailing submission requirements for a Logistics Management Information (LMI) Data Product related to the MWMSS system. It outlines the obligations of the contractor regarding data submission frequency, formats, and timelines. Key points include the requirement for data to be compatible with government software, specifically in editable Microsoft Excel or PDF formats. The contractor must initially submit data at the Provisioning Guidance Conference and respond to government feedback within specified timeframes. Subsequent submissions are required prior to Program Review Committee events and final deliveries must incorporate all approved changes, adhering to stringent timelines throughout the contract's duration. The document also specifies distribution lists, including various government contracting and quality assurance representatives, indicating a structured approach to ensuring quality data management and delivery. This CDRL serves as a guide for contractors to comply with federal procurement processes, emphasizing clarity and systematic data handling as part of government-funded contracts.
    The document outlines the pricing structure for a government solicitation (W519TC-25-Q-2014) related to the procurement of Type I and Type II Cabinet Set Packages. It details two Contractor Line Item Numbers (CLIN 0001 and CLIN 0002), each with three ordering periods and specified quantity ranges. Offerors are required to fill in unit prices for defined quantity ranges in the blue-shaded boxes, which will be used to calculate the total evaluated prices. The evaluation process involves calculating Ordering Period Evaluation Prices by multiplying the upper limit of each quantity range by the unit price and weight. This leads to the Total Evaluated CLIN Price and, subsequently, the Total Evaluated Price for the solicitation. The document emphasizes that only the blue-shaded boxes need to be filled in by the offeror, highlighting its structured approach to ensure clarity and consistency in bids submitted for government procurement.
    The document outlines a series of specifications for various industrial quality cabinets to be used by the U.S. Army Combat Capabilities Development Command at Rock Island Arsenal. Each cabinet assembly is designed with specific configurations, including shelves, drawers, and countertops, that must meet stringent performance criteria. Key features include the ability to sustain heavy weight loads, resistance to impact and drop tests, and modular design allowing for easy assembly and disassembly. The cabinets must tolerate conditions such as flat drops of up to six inches while securely loaded, and prevent permanent damage after being subjected to rail impacts and extensive road travel. They are essential for maintaining organization and safety within military operations. Suggested vendors, particularly Stanley Vidmar, are mentioned as potential sources for supply, emphasizing that vendor part numbers are for reference and that specifications take precedence. This document aligns with government RFPs and emphasizes compliance and durability, reflecting ongoing efforts to bolster operational capabilities through reliable and robust storage solutions.
    The document outlines specifications for a Cabinet I-J Assembly, intended for industrial use by the U.S. Army Combat Capabilities Development Command. It details specific standards (ASME Y14.100-2004 and ASME Y14.5-2009) applicable to the cabinet's construction. The cabinet features eight drawers, one shelf, and four casters, with stringent weight capacities: drawers must hold up to 400 pounds, and the shelf a minimum of 1,000 pounds. It must survive various impact tests, including a 6-inch drop and an 8 mph rail impact, maintaining integrity after extensive travel. Assembly and disassembly instructions emphasize that some components may not come pre-installed. Notably, vendor part numbers are provided for reference but do not guarantee supply availability. The document also lists potential suppliers, specifically Stanley Vidmar, for the required components. The specifications reflect the need for durability and functionality in military-grade furniture, highlighting safety and compliance in design. Overall, this document serves as a formal request for proposals (RFP) in a governmental context, emphasizing the stringent demands of military equipment specifications.
    The document titled W519TC25Q2014 is a government solicitation issued by the Army Contracting Command – Rock Island for the procurement of Type I and Type II Cabinet Sets as part of the Metal Working and Machine Shop Set (MWMSS) at the Rock Island Arsenal. The solicitation outlines a Firm Fixed Price (FFP), 3-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract, emphasizing a lowest-priced evaluation criteria for responsive quotes. It includes details on quantities, delivery requirements, warranties, payment processes, and vendor compliance requirements for each component. Notably, offers must include a Certificate of Conformance, and electronic invoicing through Wide Area Workflow (WAWF) is mandated. Key provisions emphasize the need for contractors to submit comprehensive price matrices, adhere to rigorous delivery schedules, and maintain quality assurance. Additionally, the document outlines visitor access protocols for Rock Island Arsenal, ensuring that both contractors and transporters comply with security measures. The disclosures regarding environmental practices and representations about telecommunications equipment further reflect the solicitation's stringent compliance and responsibility parameters.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    W519TC-25-Q-2026 Surface Hinges Solicitation
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting proposals for the procurement of surface hinges to support operations at the Rock Island Arsenal – Joint Manufacturing and Technology Center. This opportunity is set aside for small businesses and will be awarded based on a Firm Fixed Price (FFP) to the lowest responsive quote that meets the specified requirements. The hinges are critical components for various military applications, emphasizing the importance of compliance with federal acquisition regulations and delivery schedules. Proposals are due by October 25, 2024, with a required delivery date of December 10, 2024. Interested parties can contact Sophia Muckenfuss at SOPHIA.L.MUCKENFUSS.CIV@ARMY.MIL or Ashley Moore at ashley.m.moore85.civ@army.mil for further information.
    Solicitation_Traversing Mechanism
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal (ACC-DTA), is seeking proposals for the procurement of 38 units of the M191 Traversing Extension Assembly, identified by National Stock Number (NSN) 1015-01-387-0583. This solicitation is a total small business set-aside, emphasizing the government's commitment to supporting small businesses within the defense sector, and includes an option for an additional 38 units. The Traversing Extension Assembly is critical for military applications, and the procurement will adhere to strict technical specifications and quality assurance requirements, including compliance with export control regulations and the handling of Controlled Unclassified Information (CUI). Interested parties must submit their proposals electronically and can direct any inquiries to Contract Specialist Ryan Nawrocki at ryan.d.nawrocki.civ@army.mil, with the solicitation details available on SAM.gov.
    Shipping and Storage
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking proposals for a federal contract focused on the procurement of shipping and storage items, specifically under solicitation number SPRDL1-24-R-0118. This opportunity is designated as a total small business set-aside and requires compliance with rigorous specifications, including first article testing to ensure quality and technical standards are met prior to mass production. The procurement involves 526 units of specialized shipping and storage containers, with an additional 526 units as an option, and is critical for maintaining efficient military logistics. Interested contractors must submit their bids by the specified deadline and can contact Adrienne Lakes at Adrienne.Lakes@dla.mil or by phone at 586-467-1170 for further information. Technical Data Packages will be available around July 31, 2024, and bidders must be certified under the United States/Canada Joint Certification Program to access them.
    Aluminum Type II
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting bids for the procurement of Aluminum Type II, specifically 7,000 lbs of Aluminum Type II, Class 5, Grade C, in accordance with Military Specification MIL-DTL-512D. This solicitation is a total small business set-aside, emphasizing the importance of compliance with military standards for materials used in defense applications. The deadline for proposal submissions has been extended to October 24, 2024, at 10:00 AM CST, and all inquiries must be directed to the designated contacts, Heather Johns and Bethany Carbajal, prior to the inquiry deadline of August 28, 2024. Interested parties should ensure their proposals are submitted electronically and adhere to the specified requirements to be considered for this contract opportunity.
    10--RACK,STORAGE,SMALL
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 14 units of a small storage rack, identified by NSN 1095016461196. This solicitation aims to establish an Indefinite Delivery Contract (IDC) for a term of one year or until the total orders reach $250,000, with an estimated three orders per year and a guaranteed minimum quantity of two. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these storage solutions for military logistics. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available on the DLA's website.
    Mount, Gun; NSN: 1005-01-267-8103
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is soliciting proposals for the procurement of Gun Mount Assemblies under solicitation W56HZV-23-R-0174. This opportunity is set aside for small businesses and involves a firm-fixed-price contract for an estimated quantity of 308 units, with a 100% buying option, emphasizing the importance of these components for military applications. Interested contractors must comply with strict requirements, including obtaining access to an export-controlled Technical Data Package (TDP) and adhering to military packaging standards, with a submission deadline extended to November 1, 2024. For further inquiries, potential bidders should contact Kerri Ginter at kerri.e.ginter.civ@army.mil.
    71--SHELVING,STORAGE AN
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of shelving and storage units, specifically NSN 7125016308730. The requirement includes a quantity of 9 units to be delivered to W1A8 DLA Distribution within 90 days after the order is placed. These shelving units are essential for efficient storage solutions within military operations, ensuring that supplies and equipment are organized and accessible. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    10--RACK,STORAGE,SMALL
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 26 units of a small storage rack, identified by NSN 1095017108664. This solicitation aims to establish an Indefinite Delivery Contract (IDC) for the specified item, which is crucial for the storage and organization of military equipment and supplies. The contract will have a term of one year or until the total orders reach $250,000, with an estimated three orders anticipated per year. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    CONTAINER, MAINTENANCE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of maintenance containers, specifically NSN 2590-016421408, from Winzer Corporation. The requirement includes an initial quantity of five units, with a potential option for an additional 100%, to be delivered to San Joaquin, CA, within a 210-day timeframe. This procurement is critical for maintaining operational readiness and is not set aside for small businesses, with proposals evaluated based on price, past performance, socioeconomic participation, and delivery. Interested suppliers should submit their offers via the DIBBS platform or email Travis Grafton at travis.grafton@dla.mil, with the solicitation expected to be available on or about October 22, 2024.
    Industrial plant equipment machine moves
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Rock Island, Illinois, is seeking qualified contractors to establish multiple Blanket Purchase Agreements (BPAs) for industrial plant equipment machine moves at the Rock Island Arsenal-Joint Manufacturing and Technology Center (RIA-JMTC). The procurement aims to supplement internal capabilities for the safe and efficient relocation, installation, and leveling of industrial machinery, with a focus on compliance with manufacturer specifications and OSHA safety standards. Contractors must demonstrate the ability to handle equipment weighing up to 50 tons, possess necessary lifting and moving equipment, and employ personnel with at least two years of relevant experience. Interested vendors are encouraged to submit a Technical Information Questionnaire and capabilities statement by the specified deadline, with BPAs expected to be effective no earlier than February 6, 2025. For further inquiries, contact John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL.