SOLICITATION NOTICE
71 -- RFQ - West Point Lincoln Industrial Storage
- Notice Date
- 10/29/2025 12:27:35 PM
- Notice Type
- Solicitation
- NAICS
- 493110
— General Warehousing and Storage
- Contracting Office
- W2V6 USA ENG SPT CTR HUNTSVIL REDSTONE ARSENAL AL 35898-0000 USA
- ZIP Code
- 35898-0000
- Solicitation Number
- W912DY26QA004
- Response Due
- 12/1/2025 8:00:00 AM
- Archive Date
- 12/16/2025
- Point of Contact
- Fantasha McNair, Phone: 2568951128, Kaitlin E. Morris, Phone: 9382259958
- E-Mail Address
-
Fantasha.McNair@usace.army.mil, Kaitlin.E.Morris@usace.army.mil
(Fantasha.McNair@usace.army.mil, Kaitlin.E.Morris@usace.army.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 � Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a separate written solicitation document will not be issued. This solicitation is being issued under the authority of FAR Part 13 Simplified Acquisition Procedures. The requirement is to procure shelving that will be used for West Point Lincoln Hall - Bldg. 607. The combined synopsis/solicitation/Request For Quote (RFQ) number is W912DY-26-Q-A004. This number shall be referenced by contractors on their quotes and related correspondence. This RFQ is full and open competition. The NAICS code is 493110. Contractors must be registered in the System of Award Management (SAM) with no exclusions in order to be considered for award. The website for SAM is: https://www.sam.gov/portal/public/SAM/. Contractor is required to sign this document and return 1 copy to issuing office. Contractor agrees to furnish and deliver all items set forth or otherwise identified above and on any additional sheets subject to the terms and conditions specified. Signature of offeror/contractor: Name and Title of Signer: Quotes must be sent to Contract Specialist - Fantasha McNair - Fantasha.McNair@usace.army.mil No later than 01 December 2025, 10:00 AM Central Standard Time. Please submit questions NLT, 05 November 2025 - 10:00 AM Central Standard Time. The contract will be a Firm Fixed Price (FFP) with the CLIN structure as reflected below. CONTRACT LINE ITEMS Item No Supplies Services Quantity Unit Unit Price Amount 0001 Furnishings: West Point - Lincoln Hall B607 - Industrial Storage 1 Lot Item No Supplies Services Quantity Unit Unit Price Amount 0002 CONUS Storage: West Point - Lincoln Hall B607 - Industrial Storage 6 Months ***Please submit quotes valid for 120 days*** Freight On Board (FOB): Destination Furniture Installation Start Date (FISD): 25 March 2026 Furniture Installation Completion Date (FICD): 02 June 2026 Furniture Installation Locations: Lincoln Hall � Bldg. 607 The following attachments are included in this RFQ: 1. Attachment 1 - Line-Item Pricing Spreadsheet (Excel Format) - To be completed by contractor and returned to the Government POC listed above. 2. Attachment 2 - Furniture Item Description (FID) 3. Attachment 3 - Statement of Work (SOW) 4. Attachment 4 � Clauses 5. Attachment 5 � Contractor Performance Evaluation 6. Attachment 6 � Accident Prevention Plan � ENG Form 6293 7. Attachment 7 � Order Completion Statement - To be completed by contractor and returned to the Government POC listed. 8. Attachment 8 � Technical Documents Checklist � To be completed by contractor The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The successful contractor will be the one whose quote is rated acceptable on technical, schedule and past performance, and provides the best value to the Government. Best value will be determined by the quote that is technically acceptable and has the lowest total price. The following factors shall be used to evaluate offers: (1) Price; (2) Past Performance; (3) Technical capability of the item(s) offered to meet the Government requirement; (4) Schedule It is the offerors responsibility to confirm all taxation issues, all import and export requirements, and all entry and exit procedures for Guam. Amendments to this RFQ will be provided in the same manner as the initial RFQ, which is by public notice on https://sam.gov/.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/697871b284f3472ea7e084584f19a459/view)
- Place of Performance
- Address: West Point, NY, USA
- Country: USA
- Country: USA
- Record
- SN07631064-F 20251031/251029230043 (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 |