Posted: March 6, 2025, 9:28 a.m. EST
3/6/2025 RFI #2 CUI SHREDDERS FA660625Q0007
- Can you confirm that you will have the capability of unloading the product from the truck when it arrives. They will arrive on pallets. If not, do you require inside delivery to multiple locations within the facility?
- Yes, supply can unload them...no they will not require delivery to multiple locations.
2/24/2025 RFI CUI SHREDDERS FA660625Q0007
- Can you provide the requested model number or manufacturer information for the quote FA660625Q0007 CUI Shredders request from SAM.gov if there is a preferred product?
- a.There is not a preferred model. Your submission should include the minimum requirements stated in the CUI SHREDDER SALIENT FEATURES (see attached)
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotes are being requested and a written solicitation will not be issued.
(ii) Solicitation number FA660625Q0007, is hereby issued as a Request for Quotes (RFQ) for CUI SHREDDERS. A contract will be issued without discussions as a Firm-Fixed Price (FFP) award utilizing FAR Part 13, Simplified Acquisition Procedures.
(iii) This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2025-03 and the Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20250117, and Defense Air Force Federal Acquisition Regulation Supplement 20241016. It is the contractor's responsibility to become familiar with applicable provisions and clauses by visiting https://www.acquisition.gov/.
(iv) This solicitation is a 100% small business set aside and is restricted to small businesses only in accordance with FAR 19.502-2(b). The North American Industry Classification System Code (NAICS) is 339940 - Office Supplies (except Paper) Manufacturing; Small Business Size Standard is 750 employees.
(v) For Technical Acceptability the Vendor MUST provide:
a. Unit & total price per CLIN as outlined in the attachment "Solicitation CLIN Schedule FA660625Q0007
b. A complete list of salient features for the shredder that is being proposed
C. Warranty description including duration and coverage.
(vi) Description of Requirement: The vendor will provide proposed pricing given that the proposed shredder meets all salient features required by the customer CUI Shredder Salient Features . These features include but are not limited to: NSA/CSS 02-01 Approved for P-7 Shredding, Automatic lubricator to reduce failure points, Shred size at least: 1mm x 5mm, and Waste volume: 23 Gallons
(vii) Delivery and Acceptance is FOB destination: 439 CES, 975 Patriot Avenue, Westover ARB, MA 01022-1537 United States
(viii) Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.
Quotes must include the following information: Pricing, Company Name & Address, Point of Contact, Telephone, Email, Cage Code, UEI Number, and Business Size.
Unless already completed on SAM.gov as part of annual certifications, vendors MUST certify provision 52.204-24 and 52.204-26 by completing the attached PDF titled, FA660625Q0007Clause Set and submitting it with their Quote.
Vendor Solicitation amendments, if any, need to be acknowledged.
(ix) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. This requirement will be awarded on a basis of Lowest Price Technically Acceptable (LPTA). Price - Total evaluated price will be used and will be calculated by determining the sum of CLIN 0001. Technical Acceptability - Quotes will be evaluated on an acceptable or unacceptable basis. To receive an acceptable rating, vendors MUST provide detailed information regarding warranties for each item, including duration and coverage. Failure to provide warranty information may result in disqualification. In addition to warranty information, Technical acceptability is based off of the products alignment with the salient features list provided for this product.
(x) Unless already completed on SAM.gov as part of annual certifications, Vendors MUST certify provision 52.212-3 - Offeror Representations and Certifications-Commercial Items by filling in the appropriate fields in attached PDF titled, FA660625Q0007Clause Set and submitting with your Quote.
(xi) Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.
(xii) Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.
(xiii) IAW FAR 52.204-16, prospective awardees shall have an active Cage Code prior to award of a government contract. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/SAM/. All vendors interested and capable of obtaining contract award must be registered with the Wide Area Work Flow (WAWF) located at https://piee.eb.mil/piee-landing/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered.
(xiv) Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition.
(xv) Quotes must be submitted via email no later than (NLT) 2:00 PM EDT Friday 21 March 2025 to rosalie.connelly.1@us.af.mil & kyle.kalagher.1@us.af.mil with "Solicitation FA660625Q0007 " in the subject line. Requests for Information (RFI) concerning this requirement must be submitted in writing to the email list above no later than 2:00 PM EDT Friday 14 March 2025.
(xvi) Questions concerning this solicitation should be directed to rosalie.connelly.1@us.af.mil & kyle.kalagher.1@usa.f.mil. Ensure to include the solicitation number FA660625Q0007 in the subject line.
Posted: Feb. 24, 2025, 9:54 a.m. EST
Posted: Feb. 21, 2025, 9:19 a.m. EST
Background
The solicitation FA660625Q0007 is issued by the 439th Airlift Wing at Westover Air Reserve Base, MA. The purpose of this contract is to acquire CUI shredders that meet specific technical requirements for secure document destruction.
This acquisition is part of the agency's mission to maintain operational security and efficiency in handling sensitive information.
Work Details
The vendor will provide 35 CUI shredders, including delivery, as per the following specifications:
- NSA/CSS 02-01 Approved for P-7 Shredding
- Automatic lubricator to reduce failure points
- Shred size: at least 1mm x 5mm
- Waste volume: 23 Gallons.
Vendors must provide unit and total pricing per CLIN, a complete list of salient features for the proposed shredder, and warranty details including duration and coverage.
Place of Performance
Delivery and acceptance will occur at 439 CES, 975 Patriot Avenue, Westover ARB, MA 01022-1537 United States.