SOLICITATION NOTICE
66 -- Workbenches - Statement of Work - Work Benches Minimum Requirement - DFARs Clause - Solicitation
- Notice Date
- 7/3/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337127
— Institutional Furniture Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- F1S1AB3077B001
- Archive Date
- 8/17/2013
- Point of Contact
- Monika Masei, Phone: (661) 277-3833
- E-Mail Address
-
Monika.Masei@edwards.af.mil
(Monika.Masei@edwards.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation DFARs Clause 252.209-7995 Work Benches Minimum Requirements Statement of Work The solicitation number is F1S1AB3077B001. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC-2005-68 and DFARs Change Notice DPN-20130626 AFFARS Parts AFAC-2013-0327. Federal Supply Class/Service (FSC) code is 6636. NAICS is 337127 and the size standard is 500 employees. This acquisition is a 100% Small Business set-aside. Air Force Test Center (AFTC) Contracting Directorate, Edwards Air Force Base, CA is seeking to purchase the following supply: The 412 Maintenance Group of Edwards AFB, CA has a requirement to purchase new workbench stations to furnish their laboratory. Currently they have unserviceable benches. Approximately 84 workbenches are needed that are metal framed with a heavy duty non-scratch, non-slip, oil resistant worktop surfaces, approximately 11 cabinets that are metal, heavy duty and equipped with drawers to store adapters and various support equipment that ranges in size, as well as approximately 23 storage wall units with adjustable shelves that allows them to be moved up or down to accommodate various sizes of equipment. The 412 Maintenance Group is looking for high end to laboratory grade, as they work with so many different types of equipment some sections could benefit from oil resistant while other sections are more electronic equipment that can not touch metal counter tops. All tables should be ESD (Electrostatic Damage) safe. The table tops should be a hard surface that is scratch resistant but not straight metal. The frame and legs should be metal. Unit numbers are subject to change depending upon the proposed design. The Governments intent is to maximize the workbench capacity based upon layout, space, and design. Attached are more detailed specifications of what is needed. Please see the attached Requirements Document and Statement of Work for further detail as well as attending the mandatory site visit listed below where more details will be given. MANDATORY SITE VISIT: A site visit has been scheduled for Thursday, 25 July 2013 at 1330 hrs. Interested participants should contact Monika Masei (monika.masei@us.af.mil) NO LATER THAN 23 July 2013 for admission to the site. Directions to Edwards Air Force Base will be provided upon request. Quotes will not be considered from vendors that did not attend the site visit. The government will be evaluating quotes IAW FAR 52.212-2 -- Evaluation -- Commercial Items (Jan 1999). 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) price (ii) technical capability of the item offered to meet the Government requirement; (a) Drawings (b) Drawings capabilities to meet the customer requirement (c) Quality of proposed material (non-scratch metal, laboratory grade, etc.) Only the Lowest Priced, Technically Acceptable (LPTA) offeror will be requested to provide the workbench equipment. Award will be made to the LPTA offer that is most advantageous to the Government. Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote including delivery FOB destination (Edwards AFB, CA 93524). Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. Offerors shall propose in accordance with the following CLIN structure: DESCRIPTION QUANTITY UNIT PRICE EXTENDED PRICE CLIN 0001 Furniture Lot CLIN 0002 Installation Delivery/Removal ea. Grand Total: INTERESTED CONTRACTORS CAN ACCESS THE CLAUSSES BY INTERNET URL: http://farsite.hill.af.mil. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH BUSINESS PARTNERING NETWORK BY INTERNET URL www.sam.gov. TO REGISTER WITH SAM, GO TO URL: www.sam.gov. The following provisions and clauses apply: 52.212-1--Instructions to Offerors 52.212-2 - Evaluation - Commercial Iteams 52.252-02 -- Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm http://farsite.hill.af.mil/vfdfara.htm http://farsite.hill.af.mil/vfaffara.htm 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-06 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.212-04 -- Contract Terms and Conditions- Commercial Items. 52.219-06 -- Notice of Total Small Business Set-Aside 52.219-28 -- Post-Award Small Business Program Representation 52.222-03 -- Convict Labor 52.222-19 -- Child Labor---Cooperation with Authorities and Remedies. 52.222-21 -- Prohibition of Segregated Facilities. 52.222-22 -Previous Contracts and Compliance Reports 52.222-26 -- Equal Opportunity 52.222-36 -- Affirmative Action for Workers with Disabilities. 52.222-35 -- Equal Opportunity for Veterans 52.222-37 -- Employment Reports on Veterans 52.222-50 -- Combating Trafficking in Persons 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-03 -- Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate Alternate I (Mar 2012). 52.225-13 -- Restrictions on Certain Foreign Purchases. 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration. 52.212-05 -- Contract Terms and Conditions to Implement Statutes or Executive Orders- Commercial Items. - To include clauses above checked as appropriate 52.204-08 -- Annual Representations and Certifications. 52.212-03 -- Evaluation-Commercial Items, Alternate I 52.212-03 -- Offerors Representations and Certifications-Commercial Items. 52.225-04 -- Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate. 52.252-01 -- Solicitation Provisions Incorporated by Reference. 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights 252.203-7005 -- Representation Relating to Compensation of Former DoD Officials. 252.204-7004 -- Central Contractor Registration (FEB 2013) 252.204-7008 -- Export-Controlled Items 252.209-7995 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under any Federal Law Provision ‘ The full text of provision DFARS 252.209-7995 is attached. 252.211-7003 UID (JUN 2011) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (AUG 2011) 252.225-7001 -- Buy American Act and Balance of Payments Program 252.225-7002 -- Qualifying Country Sources as Subcontractors 252.232-7003 -- Electronic Submission of Payment Requests 252.232-7010 -- Levies on Contract Payments 252.243-7001 -- Pricing of Contract Modifications 252.247-7023 -- Transportation of Supplies by Sea 252.247-7023 -- Transportation of Supplies by Sea, ALTERNATE III (MAY 2002) 252.204-7006 -- Billing Instructions. (Contractor shall bill electronically in Wide Area Work Flow (WAWF) at https://wawf.eb.mil/. To Register as a Vendor in WAWF you will need to register your CAGE Code in WAWF by calling 1-866-618-5988. Take the training provided. For further assistance, you may call the WAWF Customer Support at 1-866-618-5988)" 5352.201-9101 -- Ombudsman Air Force Test Center Vice Commander, 1 South Rosamond Blvd, EAFB CA 93524-1185, PH 661-277-2810, FAX 661-275-75935352.223-9000 -- Elimination of Ozone 5352.242-9000 -- Base Access Offerors are instructed to complete the provision DFARS 2552.209-7995, as attached, IN FULL TEXT. This must be returned with the offeror's quote Offers are due at the Air Force Test Center Contracting Squadron, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA 93524, not later than 2 August 2013 at 4 pm PST. E-mail address: monika.masei@us.af.mil Point of Contact: Monika Masei, Contract Specialist, Phone 661-277-3833, E-mail monika.masei@us.af.mil Attachment(s): 1. DFARs Clause 252.209-7995 2. Work Benches Minimum Requirement 3. Statement of Work
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S1AB3077B001/listing.html)
- Place of Performance
- Address: 5 S. Wolfe Ave, Edwards AFB, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN03106974-W 20130705/130703234935-ee83e8a36a922ca7bdd3eaae8dd565f9 (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 |