Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
MODIFICATION

71 -- PAS & NAV Support Furniture

Notice Date
6/23/2010
 
Notice Type
Modification/Amendment
 
NAICS
423210 — Furniture Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
F1D1630120A001
 
Archive Date
8/4/2010
 
Point of Contact
Kenneth M Grimsley, Phone: (301)981-6042, Bryn Riska, Phone: 301-981-3393
 
E-Mail Address
kenneth.grimsley@afncr.af.mil, bryn.riska@afncr.af.mil
(kenneth.grimsley@afncr.af.mil, bryn.riska@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Admentment No. 1: Change Page 5, Sentence Number 8 from: All quotations must be received by 2:00 P.M. Eastern Standard Time (EST) on 15 July 2010 to All quotations must be received by 2:00 P.M. Eastern Standard Time (EST) on 20 July 2010. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation is issued as Request for Proposals (RFP) No. F1D1630120A001. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41. This is set aside for 100% small business. The North American Industry Classification System code is 423210, size standard: 100 employees. LINE ITEMS: 0001: Provide design plan and office furniture for approximately 20 personnel in accordance with the Performance Work Statement. 1 EACH, UNIT PRICE: _____________, EXTENDED PRICE: ____________. 0002: Delivery and Installation in accordance with the Performance Work Statement. QTY: 1 EACH, UNIT PRICE: __________, EXTENDED PRICE: ________________. If bidding on an "OR EQUAL" item or part, offerors must submit descriptive literature or a sample along with your quote. NOTICE TO OFFERORS: AWARD WILL BE MADE ON AN "ALL OR NONE" BASIS. FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS REQUIREMENT. NO AWARD WILL BE MADE UNTIL FUNDS ARE AVAILABLE. 1. DESCRIPTION OF SERVICES. PERFORMANCE WORK STAEMENT. 1. DESCRIPTION OF SERVICES. The contractor shall furnish all personnel, management, tools, supplies, equipment, parts, materials and transportation necessary to design and perform an installation of new office furniture in the Presidential Airlift Squadron area of Hangar 19. 1.1. The contractor shall perform a site survey and submit a proposal for a system furniture design plan that will depict in detail the layout of each workstation. The contractor will be constrained to the existing structure of the specified area. The contractor shall determine specific design for approximately 46 workstations in 15 rooms in 5 zones. The awardee shall contact the project quality control personnel (QAP) to access the building for accurate measurements and verification of furniture placement prior to the ordering of any furniture. 1.1.1. The contractor shall provide a proposal that has multiple pricing for furniture options and installation and is broken down by the 5 specific zones. 1.1.2. The contractor shall disassemble existing furniture in Hangar 19 and remove off Andrews AFB in accordance with the performance work statement. 1.1.3. The contractor shall prepare a schedule to encompass the final system furniture design, installation of system furniture and the moving of all identified goods. 1.2. PUBLICITY STATEMENT: Without Presidential Airlift Group's prior written approval, Contractor shall not release any publicity, advertisement, news release or denial or confirmation of same regarding this contract or the program to which it pertains. Contractor shall be responsible to the Presidential Airlift Group for any breach of obligation. Failure to comply with this statement could result in immediate contract termination. 1.3. Quality Control (QC). The contractor shall develop and maintain a QC inspection system that encompasses all functions of the contract. The QC inspection system shall satisfy the requirements in the Inspection/Acceptance portions of FAR 52.212-4. The QC records of inspections shall identify procedures, prevent and ensure non-recurrence of defective services and proper operation of furniture installation and moving services; the number and type of deficiencies found, and the nature of corrective action taken as appropriate. As a minimum, the contractor shall develop quality control procedures that address the areas identified in paragraph 2, Service Delivery Summary. The government evaluator must have a specific quality control inspector to notify in case of customer complaints. 1.4. Quality Assurance (QA). The government will periodically evaluate the contractor's performance to protect their interest. Personnel performing the QA function shall have sufficient, well-defined responsibility, authority, and the organizational freedom to identify and evaluate quality problems and to initiate, recommend, or provide solutions. The QA function shall ensure that timely and effective corrective action is obtained for all deficiencies identified by the Government. All deficiency responses shall include identification of the cause of the deficiency, actions taken to preclude recurrence 1.5. Government Remedies. The contracting officer shall follow FAR 52.212-4, Contract Terms and Conditions-Commercial Items, for contractor's failure to perform satisfactory services or failure to correct nonconforming services. 1.6. Hours of Operation. Normal hours of operations are from 7:30 AM to 4:30 PM, Monday through Friday. 1.7. Recognized Holidays: Memorial Day, July 4, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day and Christmas Day 1.8. Security Requirements. All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering the government installation, shall abide by all security regulations of the installation. 1.8.1 The contractor and all personnel who will work in the facility will subjected to a background check and will sign a binding non-disclosure statement prior to work commencing. 1.9. Base Access. The contractor shall obtain personnel identification passes for all employees and vehicle passes for all contractor and personal vehicles entering Andrews AFB. The contractor must complete an information memorandum with all employees' names, social security number, vehicle registration, proof of insurance and a valid driver's license prior to beginning work to the project quality assurance personnel (QAP) within 10 days of contract award. This information will be forwarded to the contracting officer and the Security Forces. 1.10. Physical Security. The contractor shall be responsible for safeguarding all government property provided for contractor use. At the end of each work shift, all government facilities, equipment, and materials shall be secured. The contractor shall be responsible for providing and placing all barricades and safety devices during any activities and comply with all Occupational Safety and Health Act (OSHA) as needed. 1.11. Retrieving Identification Media. The contractor shall retrieve all identification media, including vehicle passes from employees who depart for any reason before the contract expires; e.g., terminated for cause, retirement, etc. 1.12. Contractor furnished items and services. Except for those items or services specifically stated as Government Furnished Property/Services, the contractor shall furnish everything required to perform this contract. 1.13. Contractor Personnel. 1.13.1. Management. The contractor shall provide a full time contract manager on site who shall be responsible for the performance of work. The names of this person, and an alternate or alternates, who shall act of the contractor when the manager is absent, shall be designated in writing to the contracting officer prior to the contract start and updated as necessary. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available at all times to meet at Andrews AFB with government personnel (designated by the contracting officer) to discuss problem areas. 1.14. Contractor Employees. The contractor shall not employ persons for work on this installation if such employee is identified to the contractor by the contracting officer as a potential threat to the health, safety, security, general well being, or operational mission of the installation and its population. 1.14.1. The management and control of contractor employees in the performance of this contract shall be the responsibility of the contractor; however, the contractor shall comply with the contract requirements and Andrews Air Force regulations concerning conduct of employees. 2. SERVICE SUMMARY. Performance Objective SOW Para Performance Threshold A copy of the system furniture design plan shall be submitted to the contracting officer within 10 calendar days after contract award. 1.2. 100% of reports are timely and accurate. A schedule to encompass the final system furniture design, installation of system furniture and the moving of all identified goods. 1.6. 98% of all work completed. 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES. Government furnished property, services and other items are not applicable. 3.1. Government Furnished Utilities. The government will furnish utilities for the operation of the facilities provided. These utilities include heating, fuels, gas, electricity, water and sewer, class B phone lines (for official use only), pest control, fire and police protection, and emergency medical service. 3.2. Conservation of Utilities. The contractor shall ensure employees practice utilities conservation. The contractor shall operate under conditions that prevent the waste of utilities to include; turning off lights, water faucets or valves when not in use. 4. COORDINATION. The point of contact for all work on this project is Ms. Christina Torian at (202)757-4619. INSPECTION AND ACCEPTANCE TERMS: SERVICES/INSTALLATION OF WORK SHALL TAKE PLACE WITHIN 60 DAYS AFTER AWARD. Services will be inspected by Quality Assurance Personnel at the job site. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and Addendum to FAR PROVISION 52.212-1 applies to this acquisition are as follows: 52.237-1, 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. A site visit will be conducted on 8 Jul 10 at 10:00 A.M. EST. Attendees must enter Andrews AFB through the main gate off of Allentown Road. (NOTE: IT MAY TAKE UP TO 30 MINUTES TO OBTAIN A BASE PASS; THEREFORE, PLEASE PLAN TO ARRIVE AT THE VISTOR CENTER BY 9:30 A.M.). Each offeror may send up to two (2) representatives. For security reasons, offerors MUST submit their full name, date of birth, social security number, Driver's License number and the state it was issued, vehicle registration, vehicle tag number and proof of vehicle insurance of each representative by facsimile to Mr. Kenneth Grimsley at 301-981-1910 or email at kenneth.grimsley@afncr.af.mil and MSgt Bryn Riska at bryn.riska@afncr.af.mil by 6 Jul 10 2:PM. EST. NO EXCEPTIONS. If there are any questions after the site visit regarding this solicitation, they should be submitted IN WRITING (by E-mail) by 4:00 p.m. EST, 12 Jul 10 to allow responses to be posted on FBO prior to proposal due date. (E-mail is the preferred method of communication). NOTICE TO OFFERORS: Offerors are not required, but strongly encouraged to attend the site visit. FAR 52.212-2, Evaluations-Commercial Items, applies to this acquisition. EVALUATION PROCEDURES: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforms to the solicitation and price is determined most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliance with the requirements as stated in this solicitation and statement of work will be considered for award. If offering an equal product, interested parties must submit clear and convincing descriptive literature demonstrating the capabilities to satisfy the requirement specified above. If additional information is required to support price reasonableness, each offeror may be required to provide a hard copy of their price break-down. Non-conformance with this requirement may result in the offerors quote being determined unacceptable. FAR 52.212-3, "Offeror Representatives and Certifications-Commercial Items" applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (Online Representation and Certifications application). FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.204-9, 52.209-6, 52.214-31 (f)(1) fax# (301)981-1910, 52.214-34, 52.214-35, 52.225-13, 52.223-5, 52.223-6, 52.232-19, 52.237-2, 52.247-34, 52.252-2 http://farsite.hill.af.mil, 52.252-6:(b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004, ALT A, 252.204-7006, 252.223-7006, 252.232-7010, 252.212-7001 (DEV): 252.232-7003 and 252.247-7023, ALT III, 252.243-7001, 252.246-7000, 5352.201-9101 (c): Ms. Myra L. Toles, AFDW/A7K-P, 1535 Command Drive Suite D-303, Joint Base Andrews NAF, MD, 20762, (301)981-5245. FAR CLAUSE 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses apply to this acquisition: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-18, 52.232-33, 52.233-3, 52.233-4 and 52.222-41. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. All quotations must be received by 2:00 P.M. Eastern Standard Time (EST) on 15 July 2010. Proposals can be mailed to the 316th Contracting Squadron/LGCBA, 1535 Command Drive Room E-200, Joint Base Andrews NAF, MD, 20762, faxed to (301) 981-1919 or e-mailed to kenneth.grimsley@afncr.af.mil. An official authorized to bind your company shall sign and date the proposal. Questions concerning this solicitation should be addressed in writing to Kenneth Grimsley, Contracting Officer via the email address listed above or MSgt Riska at 301-981-3393 and bryn.riska@afncr.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D1630120A001/listing.html)
 
Place of Performance
Address: 5016 Menoher DR, Andrews, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02186022-W 20100625/100623235116-5a6cb65e0a6758d278f9937ac92dc538 (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.