Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2007 FBO #2126
SOLICITATION NOTICE

71 -- FURNITURE, SYSTEMS

Notice Date
9/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525, UNITED STATES
 
ZIP Code
78150-4525
 
Solicitation Number
F3PT447214A002
 
Response Due
9/24/2007
 
Archive Date
10/9/2007
 
Point of Contact
Shirley Puente, Contract Specialist, Phone 210-652-5131, Fax 210-652-2759, - Linda Johnson, Contract Specialist, Phone 210-652-5117, Fax 210-652-2759,
 
E-Mail Address
shirley.puente@randolph.af.mil, linda.johnson1@randolph.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Description The 12th Contracting Squadron, Randolph AFB TX, has a requirement for a Sole Source for Systems Furniture for HQ AFPC. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5 as supplemented with additional information included in this notice. In accordance with FAR Part 19.1405, this requirement is a 100% Small Business Set ?aside, Sole Source. The solicitation document and incorporated provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-20. Previous deliverables for this requirement can be found at http://www.fedteds.gov. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation (RFQ). The government intends to award a firm-fixed price contract to the responsible offeror who represents the best value based upon the factors of Conformance to Specifications, Past Performance and Price. The associated North American Industry Classification System Code (NAICS) is 337214, size standard 500. Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. The following clauses and provisions are applicable to this solicitation and can be viewed through Internet Access at the AF FAR Site, http://farsite.hill.af.mil: The provisions at FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-2, Evaluation--Commercial Items. The evaluation factors for this provision are as follows: (1) Conformance to Description of Supplies(DOS) ? the DOS shall demonstrate the ability to provide the required products. (2) Past Performance ? information should include a list of two (2) of the most recent and relevant contracts which illustrate experience doing similar services to Design, Install and provide all product IAW the DOS, and should contain the following information: Contract Number, Description of Contract/Project Effort, Period of Performance, Contract Dollar Value, Name, Title, Current Address, Email Address and Telephone Number of Contracting Officer. (3) Price (Price Proposal)-the firm-fixed price shall be based on open market rates, including any volume or spot discounts. The following clauses and provisions are applicable to this solicitation: FAR 52.212-3, Offeror Representations and Certifications--Commercial Items. Offerors are reminded that Representations and Certifications are to maintained at the following website: http://orca.bpn.gov/publicserach.aspx . In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications Commercial Items that can be obtained at http://farsite.hill.af.mil, FAR Part 52 or on-line at http://orca.bpn.gov. DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items. FAR 52.212-4, Contract Terms and Conditions-Commercial Items is applicable and paragraph (c) of this clause is tailored as follows: (c) changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception administrative changes such as paying office, appropriate data, etc., which may be changed unilaterally by the Government. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, (Deviation) with these additional FAR clauses marked: FAR 52.203-6 Alt 1, Restrictions on Subcontractor Sales to the Government; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations on Subcontracting; FAR 52.219-28, Post Award Small Business Program Representation, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-22 Previous Contracts & Compliance Reports, FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C 4212); FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-41, Service Contract Act of 1965, as Amended, FAR 52.222-42, Statement of Equal Rates for Federal Hires; FAR 52.225-1, Buy American Act ? Supplies, FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); FAR 52.333-48 Exemption from Application of Service Contract Act Provisions-Contractor Certification, FAR 52.245-1 Government Property, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items; DFARS 252.204-7004 Alt. A, Required Central Contractor Registration; DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders; DFARS 252.225-7001, Buy American Act and Balance of Payments Programs; DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.243-7002, Requests For Equitable Adjustment; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.225-7031, Secondary Arab Boycott of Israel; AFFARS 5352.223-9001, Health and Safety on Government Installation; AFFARS 5352.242-9000, Contractor Access to Air Force Installation; AFFARS 5352.242-9001 Common Access Cards (CACs) for Contractor Personnel, AFFARS 5352.201-9101 OMBUDSMAN (10 AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from Offerors, potential Offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).(c) If resolution cannot be made by the contracting officer, concerned parties may contact the AETC ombudsmen, Chief, Business Operations Branch, AETC/A7KB, Maria G. Beckett, 2035 1st Street West, Ste 1, Randolph AFB TX 78150-4304, phone (210) 652-7905, facsimile (210) 652-8348, Lupe.Beckett@randolph.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.233-3, Protest After Award; FAR 52.204-7, Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.203-3, Gratuities; FAR 52.202-1, Definitions; FAR 52.204-4, Printed or Copied Double Sided on Recycled Paper; FAR 52.215-5, Facsimile Proposals; FAR 52.223-5, Pollution Prevention and Right-to-Know Information; FAR 52.223-6, Drug Free Workplace; FAR 52.232-1, Payments; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation.Interested parties capable of providing the above must submit a written quote to include discount terms, site locations, past performance information, tax identification number, cage code, DUNS and firm evidence of their ability to perform. Your quote should include your Cage Code, DUNS, and Tax Identification numbers. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. All responses that meet the criteria contained within will be considered. Since award will be based on initial responses, it is encouraged to offer your most advantageous pricing in your initial response. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, please visit http://www.ccr.gov or or by calling 1-888-227-2423. Responses to this notice shall be provided in writing via emailed to shirley.puente@randolph.af.mil. not later that 12:00 p.m. Central Standard Time, 24 Sep 2007, to the attention of Ms. Shirley A. Puente, 12 CONS/LGCB, 395 B St W STE 2, Randolph AFB TX 78150, faxed to 210-652-2759, Email is the preferred method. Point of Contact: Shirley A. Puente, Contract Specialist, Phone 210-652-5111, Fax 210-652-2759; Contracting Officer, 12CONS/LGCB, 210-652-5117, Linda.Johnson1@randolph.af.mil. JUSTIFICATION The 12th Contracting Squadron at Randolph AFB intends to award a contract on a Sole Source basis for modular furniture to include design and installation. Headquarters Air Force Personnel Center (HQ AFPC) has a requirement for reconfiguration of an existing Haworth modular furniture workstations and to include associated component parts/accessories to match existing and therefore the new workstations must be compatible with existing areas for interchangeability. No other modular furniture will interface with Haworth Furniture. Haworth has provided modular furniture and accessories since 1989, which equates to over 2000 Haworth workstations. HQ AFPC averages approximately 10-15 reconfiguration projects per year. Haworth is the only known manufacturer of modular furniture that offers the versatility, flexibility, and adaptability that meets HQ AFPC fluid mission needs. Haworth is the only modular furniture that offers both quick horizontal and vertical change through incremental panels, therefore reducing future reconfigurations costs significantly. Additionally, with the number of Haworth workstations already installed in the building, new workstations must be compatible with existing areas for interchangeability. The approximate total replacement value cost is $10,000,000.00; the government would not be able to recoup these costs in a competitive environment. Therefore, it would not be in the Government?s best interest to procure from another manufacturer. This could result in an adverse effect by negating any existing warranties on the current system. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3PT447214A002/listing.html)
 
Place of Performance
Address: HQ AFPC RANDOLPH AFB TX
Zip Code: 78150
Country: UNITED STATES
 
Record
SN01412347-F 20070922/070921080424 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.