Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 30, 2013 FBO #4236
SOLICITATION NOTICE

71 -- Executive and Distinguished Visitor Chairs - Layout #1

Notice Date
6/28/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
 
ZIP Code
33621-5119
 
Solicitation Number
F2VUCC3168A001
 
Archive Date
7/24/2013
 
Point of Contact
Joyce K. Wright, Phone: 813-828-4187
 
E-Mail Address
joyce.wright@us.af.mil
(joyce.wright@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Seating Layout Photo of seat requirements #5 Photo of seat requirements #4 Photo of seat requirements #3 Photo of seat requirements #2 Photo of seat requirements #1 This is a combined synopsis/solicitation for a commercial supply and/or service 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 is a Request For Quote (RFQ) and the solicitation number is F2VUCC3168A001. This acquisition is set aside for 100% small business. The 6th Contracting Squadron (6 CONS), MacDill AFB, Florida, requires the following: Executive and Distinguished Visitor Briefing Room Chairs. DESCRIPTION OF REQUIREMENT See attached photos and description of requirement REQUIREMENT: CLIN 0001 (88 Each) - Executive and Distinguished Visitor Briefing Room Chairs - **The number of seats requested is 88, however, the customer requests as many seats as can fit within the dimensions and rows provided. The maximum dimensions rule. - Maximize seating capacity within max dimensions and rows shown - 22" seat width x 38" seat height - Black frames mount to flat wooden floors - Folding black laminate tablet required, cup holders desired - Black leather - Solid or laminate cherry wood seat backs, seat pans, arm rests - Matching cherry wooden end panels CLIN 0002 (1 Lot) - Delivery and Installation to: 7701 Tampa Point Blvd, Tampa, FL 33621 No site visit will be possible due to the room currently under renovation. Quote must include drawings/pictures of proposed seating and photos of layout. See attached drawings for required layout. Must be installed by 23 August 2013. If you are unable to make this installation date, please state earliest date available. Award will be made to the offeror who offers the lowest priced technically acceptable proposal that can meet or exceed the requirement. Delivery date will be a factor in the award decision. Complete DFARS 252.209-7999 (attached) and submit with proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68 effective 26 June 2013, DFAR DCN 20130625, and AFFAR AFAC 2013-0327. The North American Industry Classification System code (NAICS) is 337214, Office Furniture (Except Wood) Manufacturing. The Standard Industrial Classification (SIC) is 2522, Office Furniture Except Wood. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the offeror that is determined to be technically acceptable and in the best interest of the government. 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) (a) 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 following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement - Offeror must describe how the proposed solution meets or exceeds ALL capabilities in the attached document. Failure to do so will result in the offer being considered non-responsive. Offeror must also include how many images/videos offeror has in media library. (ii) price; (iii) past performance (see FAR 15.304); - offeror shall provide 3 recent and relevant references (recent = within the past 5 years, relevant = similar to this effort in size and scope) Technical and past performance, when combined, are more important, when compared to price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) DELIVERY ADDRESS: Product is procured on behalf of HQ USSOCOM SOCS WGC, 7701 Tampa Point Blvd., MacDill AFB, FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 204-13, Central Contractor Regristration Maintenance; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 204.10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-28, Post Award Small Business Program Rerepresentation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD officials; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023, Notification of Transportation of Supplies by Sea, Alternate III. 5352.201-9101 Ombudsman. As prescribed in 5301-9103, insert the following clause: OMBUDSMAN (APR 2010) (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 Center/MAJCOM ombudsmen Mr Gregory S. Oneal, HQ AMC/A7K, 402 Scott Drive, Unit 2A2 Post 2A10, Scott AFB IL 62225, (618) 229-0184, fax (618) 256-6668 email: gregory.oneal @us.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. (End of clause) Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on Tuesday, July 9, 2013, by 9:00 a.m. EST. Submit offers or questions to the attention of Joyce Wright, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to joyce.wright@us.af.mil. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VUCC3168A001/listing.html)
 
Place of Performance
Address: 7701 Tampa Point Blvd, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN03103862-W 20130630/130628235859-2ae06182b54953acbd7a674bb13991a2 (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.