Workstations
ID: W912GY-25-Q-0014Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK SIAD CONTR OFFHERLONG, CA, 96113-5000, USA

NAICS

Other Metal Container Manufacturing (332439)

PSC

TOOL AND HARDWARE BOXES (5140)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Feb 26, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is soliciting quotes for the procurement of ten rolling tool chest workstations for the Sierra Army Depot in California. These workstations must meet stringent specifications, including a minimum of 16 drawers with load capacities of at least 200 pounds for larger drawers and 125 pounds for smaller ones, along with a total load capacity of 2,500 to 3,600 pounds. The workstations are essential for operational efficiency and storage needs within the depot, emphasizing durability and security features such as a keyed locking system. Interested small businesses must submit their proposals electronically by April 14, 2025, and can direct inquiries to Mr. Rory Thelen at rory.g.thelen.civ@army.mil or by phone at 571-588-9266.

Point(s) of Contact
Files
Title
Posted
Apr 7, 2025, 4:05 PM UTC
The document outlines Amendment No. 1 to solicitation W912GY25Q0014, issued by the Sierra Army Depot, modifying the instructions for quote submission related to workstation procurement. Key updates include the addition of a new paragraph detailing the specific contents required in quotes, while emphasizing that all pricing must be firm for 90 days post-solicitation and submitted by 1:00 PM EDT on March 26, 2025. The document further delineates criteria for quote submissions, mandating detailed specifications for the workstations, such as dimensions, load capacities, and material types. Additionally, it provides guidelines for electronically submitting proposals and reviewing Electronic Contracting through the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE). The amendment stresses the importance of timely proposal submissions and addresses the disclosure of unit prices under the Freedom of Information Act (FOIA). Overall, the amendment serves to clarify procedural expectations for potential contractors, ensuring compliance and enhancing the solicitation process.
Apr 7, 2025, 4:05 PM UTC
The document is an amendment to a solicitation for a contract related to the specifications of Rolling Tool Chest Workstations at Sierra Army Depot. It details the modifications made to Section C, providing updated requirements, notably the removal of the rubberized foam or Neoprene liner from the cabinet top specifications. The workstations must now include a variety of features such as a minimum of 16 drawers, a total load capacity rating between 2,500 to 3,600 pounds, and dimensions ranging from 60 to 72 inches in width. Additionally, each workstation requires a keyed locking system, materials specifications including 16 gauge steel for the body, and specific measurements for the depth and height. The solicitation amendment emphasizes the importance of compliance with updated specifications for the potential contractors, ensuring they acknowledge the changes to maintain the integrity of their offers. This amendment reflects standard practices within federal RFP processes, ensuring clarity and consistency in contract specifications.
Apr 7, 2025, 4:05 PM UTC
This government document serves as an amendment to a solicitation regarding the specifications for Rolling Tool Chest Workstations. The primary change is the inclusion of rubber as an approved worktop covering material. The amendment outlines detailed specifications that workstations must meet, including drawer capacities, storage capacities, dimensions, and materials used. For instance, the largest drawers should hold at least 200 pounds, while the smallest can support 125 pounds, ensuring durability and utility. Each workstation requires a keyed locking system, a minimum of 16 drawers, and particular measurements for depth, height, and width. The document emphasizes that these specifications are crucial for the procurement process and that acknowledgment of this amendment is necessary for all offers submitted. The purpose of this amendment aligns with federal requirements for competitive procurement, ensuring that all potential contractors are aware of the updated specifications before submission. It encourages compliance and clarity within the contracting process.
Apr 7, 2025, 4:05 PM UTC
This document is an amendment to a federal solicitation, specifically altering the due date for proposals from March 26, 2025, to April 2, 2025. It also updates specifications for Rolling Tool Chest Workstations required by the Sierra Army Depot. Key specifications include drawer weight capacities, a locking system, drawer count, and overall size dimensions, ensuring robustness and utility for operational needs. The amendment mandates that contractors acknowledge receipt of this change to avoid rejected offers. These structured modifications reflect procedural compliance inherent in government RFPs and contract adjustments, underscoring the importance of clear communication in procurement processes. It highlights the careful attention to specification details necessary for fulfilling government contracts while maintaining adherence to established timelines and formats for contractor submissions.
Apr 7, 2025, 4:05 PM UTC
The document outlines amendments to a solicitation and modifications to a federal contract, specifically for the Sierra Army Depot. Key changes include the removal of the FAR clause 52.225-1, updates to DFARS clauses 252.225-7000 and 252.225-7001 to full text status, and an extension of the proposal deadline from April 2, 2025, to April 14, 2025. The modifications reflect compliance with various federal acquisition regulations pertaining to commercial products and services, emphasizing adherence to domestic sourcing laws as outlined in the Buy American Act. Additional clauses related to contractor responsibilities, ethics, and labor standards are incorporated into the contract, ensuring compliance with current laws regarding small business utilization and procurement integrity. This document serves as a comprehensive guide for contractors, detailing obligations and legal requirements essential for government contracting, thereby facilitating transparency and accountability within federal procurement processes.
The document provides a Q&A segment for the federal solicitation W912GY-25-Q-0014, pertaining to a new procurement for workstations at Sierra Army Depot. Key points include specifications for the workstations, requiring at least 16 drawers with varying weight capacities and no preference for drawer heights. It clarifies that the workstations should have a flat top, without chair space, and specifies materials such as wood, vinyl, or rubber for work surfaces, with certain prior requirements removed. Additionally, the document emphasizes compliance with the Buy American Act, outlining conditions under which products from TAA-designated countries like Canada are acceptable. The contractor's responsibility is limited to delivery, with proposals submitted via email, and expectations for delivery are set at a maximum of 90 days post-award. Key evaluation criteria focus solely on price, as outlined in the solicitation. The procurement aims to ensure quality and compliance with specific standards for military workstations while maintaining a clear delivery process and rigorous adherence to regulations.
The document addresses questions related to Solicitation W912GY-25-Q-0014, concerning the procurement of multi-drawer tool chest workstations for the Sierra Army Depot. The key specifications include at least 16 drawers with minimum weight capacities of 200 pounds for larger drawers and 125 pounds for smaller ones. No images or specific dimensions are provided, and bidders are responsible for ensuring their products meet the criteria outlined in Section C of the solicitation. The contract requires delivery only—installation is not needed—and proposals should be submitted via email. Regarding materials, acceptable options for work surfaces include wood, vinyl, or rubber. Canadian-manufactured products are permissible under specified conditions, adhering to the Buy American Act. The government anticipates delivery within 90 days post-award, with penalties for late deliveries. The document clearly outlines expectations and requirements participants must follow to ensure compliance in submitting their proposals and delivering products. Overall, it serves as a technical guide for interested vendors in the bidding process while highlighting the importance of meeting specific procedural and material standards.
The solicitation W912GY-25-Q-0014 pertains to a new procurement for workstations at the Sierra Army Depot. Key specifications include a requirement for at least 16 drawers, with the largest drawers needing a weight capacity of 200 pounds and the smallest a minimum of 125 pounds. The drawers must fit within specified dimensions, and no specific height or length measurements are provided. The option for anti-microbial and static dissipating coatings on painted surfaces is not accepted, nor is the use of static dissipating drawer liners. Workstations must adhere to a maximum width of 72 inches, and the materials for work surfaces are restricted to wood, vinyl, or rubber. Canadian-manufactured products are not considered compliant due to the Buy American Act's stipulations regarding domestic content, especially for items predominantly made of steel. Proposals must be submitted via email, and the acquisition involves delivery only, without installation requirements. This document serves as a formal guide for potential offerors to ensure compliance with government procurement standards and specifications.
The document provides a series of answers related to Solicitation W912GY-25-Q-0014, indicating the procurement requirements for workstations at the Sierra Army Depot. Key details include that there are no specifications for drawer heights, but the largest drawers should support a minimum of 200 pounds and the smallest at least 125 pounds. Painted surfaces are not to include anti-microbial or static dissipating coatings, and drawer liners are not required to be static dissipating. The workstations do not require a chair space, are for delivery only, and Canadian-manufactured stations are subject to Buy American Act stipulations due to their predominantly steel construction. Proposals must be emailed, and specifications like material types (vinyl or wood) are clearly outlined. The document emphasizes that the contractor is responsible for quoting workstations meeting the specific criteria without additional preferences for materials or design elements outside the stated guidelines. Overall, the solicitation aims to secure compliant workstations while adhering to federal regulations on domestic product sourcing.
The document addresses inquiries related to Solicitation W912GY-25-Q-0014 for the procurement of workstations at the Sierra Army Depot (SIAD). It outlines several specifications, including the requirement for a minimum of 16 drawers with varying weight capacities—200 pounds for the largest and 125 pounds for the smallest. There are no specific dimensions for the drawers or workstation, nor are there any requirements for static dissipating features or antimicrobial coatings on surfaces. Proposals must be submitted via email, and offerors are expected to comply with the specifications without expecting additional drawings or part numbers, as this is a new procurement. The material gauge of 18 is acceptable, reflecting the flexibility in materials used for the workstations. This document serves as a guidance tool for potential offerors in understanding the solicitation requirements and submitting proposals accordingly.
Apr 7, 2025, 4:05 PM UTC
The document is a government solicitation (RFP W912GY25Q0014) issued for the procurement of 10 rolling tool chest workstations. The offer deadline is set for 1:00 PM EDT on March 26, 2025, and potential bidders must submit their quotes electronically through the System for Award Management (SAM). The workstations need to meet specific specifications regarding construction materials, dimensions, storage capacities, and security features. The contractor must comply with safety and security regulations, including providing unique identification for items valued over $5,000. The RFP outlines the submission process, emphasizes the importance of thorough compliance with Federal Acquisition Regulations, and details the payment methods and invoicing procedures via the Wide Area Workflow (WAWF) system. Inspections and acceptance of the workstations will occur at the destination specified in the contract. The document incorporates various contract clauses relevant to federal procurement processes, ensuring adherence to legal standards and facilitating smooth administration. This solicitation exemplifies the government’s focus on transparency, small business participation, and fulfillment of stringent performance criteria.
Lifecycle
Title
Type
Workstations
Currently viewing
Solicitation
Similar Opportunities
71--CABINET,STORAGE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of six storage cabinets (NSN 7125003350292). This solicitation, categorized under the NAICS code 337127 for Institutional Furniture Manufacturing, aims to fulfill specific storage needs for military operations. The cabinets are essential for maintaining organized and efficient storage solutions within defense facilities. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the deadline for delivery is set for 156 days after the order is placed. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.
482 MXS Tool Storage
Buyer not available
The Department of Defense, specifically the Air Force Reserve Command, is seeking qualified vendors to provide and install tool storage solutions at Homestead Air Reserve Base in Florida. The procurement aims to enhance the efficiency of operations by replacing temporary shelving with permanent storage systems that meet specific safety and organizational requirements, including lockable cabinets and adequate workspace configurations. This project is critical for supporting sortie production for weapon systems and facilitating the final stages of a hangar restoration project. Interested vendors must submit their quotes by May 2, 2025, and are encouraged to attend a site visit on April 21, 2025, to better understand the requirements; for inquiries, contact Amanda McKaig at amanda.mckaig@us.af.mil or Sandy Guite at sandy.guite@us.af.mil.
70--WORKSTATION,PORTABL
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of portable workstations as part of a spares purchase. The materials required are critical for a shipboard system that facilitates the launch and recovery of aircraft, emphasizing the necessity for compliance with stringent quality assurance standards to prevent potential failures that could lead to serious consequences. Interested vendors should note that the due date for submissions has been extended to May 15, 2025, and they can direct inquiries to Brian Kent at 215-697-0000 or via email at BRIAN.T.KENT.CIV@US.NAVY.MIL for further information.
41--CHEST,ICE STORAGE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of ice storage chests, specifically NSN 4110015342682. The requirement includes 25 units for delivery to DLA Distribution San Joaquin, with an additional 751 units also to be delivered to the same location, both within 30 days after the order is placed. These ice storage chests are critical for maintaining food safety and storage in military operations. Interested small businesses 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 the provided email address, DibbsBSM@dla.mil.
EISU-90 WORKSTATION
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of an Expandable Internal Slingable Unit (EISU-90 Workstation) to be utilized at Little Rock Air Force Base in Arkansas. This workstation must be forkliftable, designed for internal air transport, and capable of helicopter sling lift, with dimensions of 88"W x 108"L x 91.47"H when stowed. It is essential for supporting military expeditions and maintenance tasks, providing necessary facilities for equipment maintenance and repair in remote settings. Interested vendors should direct inquiries to Emmanuel Okindo at emmanuel.okindo.1@us.af.mil or Lukas-Sebastian Ashley at lukas-sebastian.ashley@us.af.mil, with proposals due in accordance with the outlined submission guidelines and evaluation criteria detailed in the associated documents.
DOLLY JACK (4 TON)(10 TON)
Buyer not available
The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal (ACC-DTA), is seeking proposals for a five-year Firm-Fixed Price Requirements contract for the procurement of dolly jacks, including an estimated 450 units of the 4-ton model and 1,350 units of the 10-ton model. This solicitation is reserved for small businesses under the Total Small Business Set-Aside program and aims to provide essential hydraulic lifting equipment for military operations. Interested contractors must submit their proposals electronically by 5:00 PM on May 22, 2025, to Clarissa Dixon at clarissa.n.dixon.civ@army.mil, ensuring compliance with all specified requirements and regulations outlined in the solicitation documents.
71--CABINET,STORAGE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of storage cabinets, specifically NSN 7125003300130, with a total quantity of 9 units required for delivery. This solicitation is part of a combined synopsis/solicitation process, emphasizing the need for institutional furniture manufacturing to support military operations. The selected vendor will be responsible for ensuring timely delivery to the specified DLA distribution center within 156 days after order placement. Interested parties are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
FA8604 High Density Storage System at Offutt Air Force Base MMHS
Buyer not available
The Department of Defense, through the Air Force Life Cycle Management Center, is soliciting proposals for a High-Density Storage System at Offutt Air Force Base, Nebraska. This procurement involves the design, fabrication, installation, and testing of a storage system, with a total of ten line items specified in the Request for Proposal (RFP) FA8604-25-R-B020. The selected contractor will be required to complete the project within 240 days of award, emphasizing the importance of efficient materials handling in military logistics. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) by 3:00 PM Eastern Daylight Time on May 19, 2025, and interested parties should direct inquiries to Andrew Petersen at andrew.petersen.3@us.af.mil or Samantha Ekberg at samantha.ekberg@us.af.mil before May 12, 2025.
LOFTIS Desks
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of custom LOFTIS desks to be installed at Francis E. Warren Air Force Base in Wyoming. The project involves the removal of existing tables and the installation of nine new hardwood or solid wood tables, each with specific dimensions and stability requirements, to be completed within a four-day timeframe. This procurement is crucial for enhancing the operational functionality of the workspace, ensuring compliance with federal standards, and supporting small business participation through a Total Small Business Set-Aside. Interested vendors must submit their quotes by May 12, 2025, and can direct inquiries to Amber Wiltanger at amber.wiltanger@us.af.mil or Donna Doss at donna.doss.1@us.af.mil.
USCG Air Station Steel Storage Cabinets & Work Space
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified small businesses to provide steel storage cabinets and work counter space for Air Station Kodiak in Alaska. The procurement includes specific requirements for an L-shaped storage cabinet and a mobile island cabinet, both constructed from durable steel and designed to meet urgent operational needs, with a mandatory delivery and installation deadline of May 15, 2025. This acquisition is critical for enhancing the functionality and efficiency of maintenance operations at the air station, ensuring compliance with strict specifications due to space constraints. Interested vendors must submit their quotes by April 24, 2025, to Robbin Kessler at robbin.m.kessler@uscg.mil, and all questions must be submitted in writing by April 18, 2025.