This is a combined synopsis/solicitation for commercial products or commercial services 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; proposals are being requested, and a written solicitation will not be issued.
(ii). FA468625QC501 is issued as an RFQ.
(iii). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05.
(iv). This will be solicited as full and open, with an associated NAICS code – 337215 Showcase, Partition, Shelving, and Locker Manufacturing
(v). A list of line-item number(s) and items, quantities, and units of measure is:
CLIN 001 Six Cluster small parcel locker with 10-20 compartments with 2-4 medium lockers
CLIN 002 Six Large parcel locker (8-12 compartments)
CLIN 003 Six Extra-Large parcel locker (4-6 compartments)
CLIN 004 Fifteen replacement locks
CLIN 005 One self adhesive placard per locker
(vi). This Requirement is to procure (18) new, unused parcel locker units in accordance with the associated Statement of Need (SON) The locker units must be secure, suitable for outdoor installation, and meet the specifications outlined in the SON.
SCOPE
Contractor shall be responsible for delivering eighteen (18) new, unused parcel locker units to Beale AFB. The locker units must be secure, suitable for outdoor installation, and meet the specifications outlined in the requirements section.
REQUIREMENTS
The Contractor shall deliver all locker units to the designated receiving area at 17751 Robert Nicoletti Way, Beale AFB, CA 95903. Locker units shall meet the specifications outlined below.
PHYSICAL CHARACTERISTICS:
- Construction: Heavy-duty steel construction with powder coat finish for corrosion resistance.
- Weather Resistance: Weather-resistant materials rated for outdoor installation and extreme temperatures.
- Modular design configurable for multiple compartment sizes (small (6) medium (6) , large (3), extra-large (3)).
- Quantity and Configuration: The requirement is for eighteen (18) total locker units configured as follows:
- Unit 1- Cluster small parcel locker with 10-20 compartments with 2-4 medium lockers
- Unit 2 – Large parcel locker (8-12 compartments)
- Unit 3 – Extra-Large parcel locker (4-6 compartments)
- Accessibility: ADA compliant design with accessible compartments.
- Mounting: Free-standing units suitable for installation with existing concrete pad infrastructure.
- All units must be compatible for installation near existing mailbox structures.
- Security Specifications:
- Reinforced doors and frames for enhanced security. Tamper-resistant hinges and locking mechanisms.
- Key-operated locks with master keying capability for administrative access.
- Individual compartment security with heavy-duty lock cylinders rated for frequent use.
- Individual key sets provided for each compartment.
- Secure mounting systems to prevent unit removal.
OPERATIONAL CHARACTERISTICS:
Mechanical operation (no power required).
Low maintenance design with minimal moving parts.
Simple operation requiring no user training.
Immediate access with no system delays or electronic failures.
WARRANTY REQUIREMENTS:
The Contractor shall provide a standard warranty against defects in materials and workmanship.
(vii). Date(s) and place(s) of delivery and acceptance and FOB point is identified in Statement of Need - Place of Contract Performance: Beale AFB, CA;
(viii). The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition.
(ix). The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition and the specific evaluation criteria to be included is identified below.
The Government will award a contract on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors and whose offer conforms to the solicitation. The lowest priced offer will be evaluated for technical acceptability. If technically acceptable, that offeror will be awarded the contract, and no other offers will be evaluated. If the lowest priced offer is technically unacceptable, the next lowest priced offer will be evaluated, and so on, until a technically acceptable offer is found. This LPTA approach prioritizes cost-effectiveness while ensuring technical capability. The following factors shall be used to evaluate offers:
Factor 1: Technical
Sub-Factor 1.1: Product Specification: The Offeror shall provide a specification sheet that clearly outlines the minimum requirements as stated in the Statement of Need. The Offeror meets this sub- factor when its proposed product meets the specifications as outlined in the Statement of Need.
Sub- Factor 1.2: Delivery: The Offeror must provide a clear and detailed delivery timeline that meets or exceeds the minimum delivery requirements of the Statement of Need. The timeline must be specific and cannot simply reiterate the delivery date from the Statement of Need. The Offeror meets this sub- factor when its proposed delivery date meets or exceeds the requirements as outlined in the Statement of Need.
Factor 2: Price
Price will be evaluated for fair and reasonableness using price
(x). Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer.
(xi). The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition.
(xii). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [1] Commercial Products and Commercial Services, applies to this acquisition
(xii). The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable.
(xiv). Quotes are due Tuesday, 2 August 2025 at 10:00 AM PDT to the POCs listed below.
(xv). The name and telephone number of the individual(s) to contact for information regarding the solicitation is Contracting Officer, Capt Estefania Restrepo, at estefania.restrepo@us.af.mil and Contract Specialist, Lt Joshua Sweat at joshua.sweat.2@us.af.mil.