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
    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
    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.
    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.
    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.
    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.
    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.
    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
    59--DRAWER,ELECTRICAL E, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking qualified vendors to provide repair and modification services for electrical drawers, identified by NSN 7H-5975-015187322. The procurement involves a total quantity of four units, which must be delivered to designated DLA distribution centers in New Cumberland, PA, and Tracy, CA. These electrical components are critical for military applications, and the government has determined that it is uneconomical to acquire the data or rights necessary for alternative sourcing or reverse engineering. Interested parties should reach out to Catherine Tran at (717) 605-6805 or via email at UYENCATHERINE.H.TRAN.CIV@US.NAVY.MIL for further details, as this opportunity is set aside for small businesses under FAR 19.5, with the solicitation process expected to follow standard federal procurement timelines.
    Snap-On Autocrib E-Tool FX Lockers (Brand Name)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the procurement of Snap-On Autocrib E-Tool FX Lockers to support operations at Tinker Air Force Base in Oklahoma. The requirement includes the acquisition of six 34-drawer lockers and nine 22-drawer lockers, specifically designed for logistical and maintenance operations. This procurement is set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), with a delivery schedule of 30 calendar days from the award date. Interested vendors must submit their proposals by December 29, 2025, and can direct inquiries to Chelsie Hannah at chelsie.hannah@us.af.mil or Tran Tran at Tran.Tran.1@us.af.mil.
    DRAWER,ELECTRICAL E
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the repair of the DRAWER, ELECTRICAL E, under a fixed-price or time and materials pricing structure. This procurement is critical for maintaining operational readiness, as the repaired items must meet specific operational and functional requirements outlined by designated Cage Codes and reference numbers. The contract emphasizes strict adherence to quality assurance standards, including the prohibition of mercury contamination, and requires that all inspection and testing align with original manufacturer specifications. Interested contractors should submit their quotes and can direct inquiries to Dianne L. Wydra at 215-697-6681 or via email at DIANNE.L.WYDRA.CIV@US.NAVY.MIL.
    RapidRx IntelliCab 4 Drawer Cabinet
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking procurement for the RapidRx IntelliCab 4 Drawer Cabinet, a medical and surgical instrument essential for healthcare operations. This cabinet is designed to enhance the efficiency of medication management and distribution within military medical facilities. The procurement emphasizes the importance of reliable and advanced medical equipment in supporting troop health and operational readiness. Interested vendors can reach out to John Jackson at 301-619-4485 or via email at john.r.jackson@dla.mil, or contact Lucas Denault at 301-619-9888 for further inquiries regarding this opportunity.
    59--WORK STATION KIT,EL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 47 units of the Work Station Kit, Electrical (NSN 5920012504235). This solicitation aims to establish an Indefinite Delivery Contract (IDC) for the specified items, which are critical components in electrical and electronic equipment manufacturing. The contract will have a term of one year or until the total orders reach $350,000, with a guaranteed minimum quantity of 7 units and an estimated 9 orders per year, to be delivered to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    SENSOR POWER DRAWER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the repair of the Sensor Power Drawer, a critical component in military operations. The procurement requires contractors to provide a quote that includes unit price, total price, and repair turnaround time, with all repairs needing to meet stringent operational and functional standards as outlined in the contract. This equipment is vital for ensuring the reliability and functionality of naval systems, emphasizing the importance of quality assurance and compliance with military specifications. Interested contractors can reach out to Tyreese C. Smith at 717-605-5937 or via email at tyreese.c.smith.civ@us.navy.mil for further details, with the expectation that the contract will be awarded bilaterally upon acceptance of the terms.
    10--RACK,STORAGE,SMALL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 62 units of a small storage rack, identified by NSN 1095016121508. This solicitation aims to establish an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of nine units. The items will be shipped to various DLA depots both within the continental United States and overseas, highlighting their importance in supporting military logistics and operations. 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 online at the DLA's DIBBS website.
    Special Tools and Test Equipment (STTE) Containerization Sole Source Solicitation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W4GG HQ US Army TACOM, is seeking to award a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for Special Tools and Test Equipment (STTE) Containerization to BOH Solutions. This procurement aims to enhance the storage and accessibility of tools necessary for the maintenance of Stryker vehicles by providing two variations of containers equipped with internal storage aids such as modular cabinets, drawers, tie down rings, and palletized vertical racking. The initiative is critical for improving operational efficiency and reducing costs associated with the maintenance of Stryker Maintenance Units. Interested parties can reach out to Connor Skrobot at connor.j.skrobot.civ@army.mil or call 586-282-4757 for further details.
    Specialized Shipping & Storage Containers
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command - Detroit Arsenal, is planning to award a sole source contract for specialized shipping and storage containers from Hardigg Industries, LLC. The procurement involves an estimated quantity of 198 shipping and storage containers, identified by NSN 8145-01-535-5579 and part number 16776-101, which are essential for the secure transport and storage of military equipment. The solicitation is expected to be released in four to six weeks, and interested contractors must be registered in the System for Award Management (SAM) to participate. For further inquiries, David Joley, the Contract Specialist, can be contacted at david.s.joley.civ@army.mil or by phone at 571-588-9341.
    Multiplatform Modules (MPM)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking potential sources for the manufacturing and supply of Multiplatform Modules (MPM) as part of a Sources Sought Notice. The procurement involves several specific items, including various sizes of MPM drawers and cases, with National Stock Numbers (NSNs) provided for reference, and a required delivery timeframe of 120 days. These modules are critical for specialized shipping and storage, categorized under the PSC code 8145, and are essential for military logistics operations. Interested contractors must submit a complete technical data package along with estimated pricing for evaluation, and inquiries can be directed to Nazlah Nash-Mitchell at nazlah.nash-mitchell@dla.mil or Ronen Elyasiani at ronen.elyasiani@dla.mil.