Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2013 FBO #4324
SOLICITATION NOTICE

71 -- Office Furniture - Request for Quote Doc

Notice Date
9/24/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2XHC83247A001
 
Archive Date
9/30/2013
 
Point of Contact
Ben W. Scott, Phone: 334-953-5755, Ryan J. Fowler, Phone: 334-953-3530
 
E-Mail Address
benjamin.scott.14@us.af.mil, ryan.fowler.1@us.af.mil
(benjamin.scott.14@us.af.mil, ryan.fowler.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Workstation Diagram Statement of Requirements Request For Quote GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in this document. This is a streamlined 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 notice. A written solicitation will not be issued. This requirement is issued as a request for quote (Reference-Number F2XHC83247A001 Bldg 1143 Furniture). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-69 (03 Sep 2013) and the DPN 20130909 effective 09 Sep 2013. A Firm Fixed Priced Award will be made in accordance with the following: NAICS Code: 337214, size standard 500 employees The Defense Priorities and Allocations System rating is C9E. IMPORTANT NOTES: 1. THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. 2. ALL PRODUCTS MUST BE NEW; NO REFURBISHED OR USED ITEMS WILL BE ACCEPTED. 3. THE CONTRACTOR SHALL ENSURE COMPLETE SYSTEM AND INSTALLATION FUNCTION PROPERLY. ANY DEFECTS SHALL BE CORRECTED BY THE CONTRACTOR IN ACCORDANCE WITH RERENCED CLAUSE, "FAR 52.212-4(a): Contract Terms and Conditions- Commercial Items". NATURE OF ACQUISITON: Barnes Center has a requirement to purchase the attached items. This procurement will be awarded under Simplified Acquisition Procedures as a 100% Small Business Set-Aside. All inquiries/responses to this notice must be received by 27 September 2013, 12:00 p.m CST. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase and installation of case goods and systems furniture in accordance with (IAW) the Statement of Requirements (SOR) (see Attachment 1) and Diagrams (see Attachment 2) for further. CLIN DESCRIPTION QTY UNIT 0001 Furniture, Case Goods and Systems 1 Lot 0002 Installation 1 Ea QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. a. The offeror must submit dated quote on company letterhead with unit prices and extended prices, including a unit price list, in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services" and terms and conditions, the offeror accedes to all solicitation requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. c. Offerors must include a completed copy of the provisions at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items and DFARS 252.225- 7035, Buy American-Free Trade Agreeemnts-Balance of Payments. d. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. e. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Systems for Award Management database (SAM), no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220. IMPORTANT NOTE: Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. BASIS FOR AWARD Award will be based on technical acceptability and price. For proposals determined technically acceptable, a best value selection based on price will be made. Award will be based on technical acceptability and price and evaluated as follows: a. Technical Acceptability: Offerors' quote will be evaluated on a pass/fail basis against the minimum requirements identifed in Paragraph 3(a)(i-v), 3(b)(i-iv), 3(c)(i-viii) and Paragraphs 4, 5, 6, and 7 of the attached SOR. b. Price: Each offeror's quoted price will be evaluated for reasonableness. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced quotes. CONTRACT TERMS AND CONDITIONS: The following clauses apply by reference: 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.211-17 Delivery of Excess Quantities 52.212-4 Contract Terms and Conditions--Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-19 Child Labor -- Cooperation with Authorities and Remedies 52.222-21 Prohibition Of Segregated Facilities 52.222-37 Employment Reports on Veterans 52.222-50 Combating Trafficking in Persons 52.223-16 IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.242-13 Bankruptcy 52.245-1 Government Property 52.245-9 Use And Charges 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 AltA System for Award Management 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7036 Buy American-Free Trade Agreements- Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing Of Contract Modifications 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Alt III Transportation of Supplies by Sea CLAUSES INCORPORATED BY FULL TEXT 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2013) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ___ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JUL 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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/farsite.html (End of clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Combo (Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Destination (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC FA3300 Issue By DoDAAC FA3300 Admin DoDAAC FA3300 Inspect By DoDAAC F2XHC8 Ship To Code F2XHC8 Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) N/A Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A -------------------------------------------------------------------------------------------- (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. "Not Applicable" (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. "Not Applicable (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 5352.201-9101 OMBUDSMAN NOV 2012 (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 or AFISRA ombudsmen, Primary: Mr. David Jones, Deputy Chief, Contracting Division, HQ AETC/PK; Alternate: Mr. Stephen Smith, Chief, Acquisition Support Branch, HQ AETC/PKA; Address: 2035 First Street West, Ste 1, Randolph AFB TX 78150-4324; Telephone Numbers: (210) 652-7907 or (210) 652-7075; Facsimile Number: (210) 652-8344; and E-mail Addresses: david.jones.3@us.af.mil or stephen.smith@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA 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) NOTE 1 REQUIRED POSTERS Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/main.htm NOTE 2 WAWF-ELECTRONIC SUBMISSION OF INVOICE Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: 1 Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: Contract Specialist: benjamin.scott.14@us.af.mil Contracting Officer: sandra.turner.1@us.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) PROVISIONS INCORPORATED BY REFERENCE 52.204-7 System for Award Management 52.203-11 Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions SEP 2007 52.211-6 Brand Name or Equal AUG 1999 52.212-1 Instructions to Offerors--Commercial Items JUL 2013 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.209-7001 Disclosure of Ownership or Control by the Government JAN 2009 of a Terrorist Country SITE VISIT A site visit will be held for this solicitation. The site visit is scheduled for Thursday, 26 Sep 2013, at 2:00 p.m CDST at: Bldg 1143, Gunter Annex AL. All vendors interested in attending the site visit must submit a written request to SSgt Benjamin Scott at benjamin.scott.14@us.af.mil. Request must include the names, titles and telephone numbers of the individuals that will be attending. The request must be submitted not later than 10:00 a.m. on 26 Sep 2013. Offerors are urged and expected to inspect the site where performance is required and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. PROVISIONS INCORPORATED BY FULL TEXT 52.212-3, Alt I, OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS ( Offerors are reminded that Representations and Certifications are 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 Part 52 or on on-line at http://farsite.hill.af.mil. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/farsite.html (End of provision) 252.204-7011 ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011) (a) Line items are the basic structural elements in a solicitation or contract that provide for the organization of contract requirements to facilitate pricing, delivery, inspection, acceptance and payment. Line items are organized into contract line items, subline items, and exhibit line items. Separate line items should be established to account for separate pricing, identification (see section 211.274 of the Defense Federal Acquisition Regulation Supplement), deliveries, or funding. The Government recognizes that the line item structure in this solicitation may not conform to every offeror's practices. Failure to correct these issues can result in difficulties in accounting for deliveries and processing payments. Therefore, offerors are invited to propose an alternative line item structure for items on which bids, proposals, or quotes are requested in this solicitation to ensure that the resulting contract structure is economically and administratively advantageous to the Government and the Contractor. (b) If an alternative line item structure is proposed, the structure must be consistent with subpart 204.71 of the Defense Federal Acquisition Regulation Supplement and PGI 204.71. A sample solicitation line-item structure and a corresponding offer of a proposed alternative line-item structure follow. Solicitation: ---------------------------------------------------------------------------------------------------------------- Item No. Supplies/Service Quantity Unit Unit price Amount ---------------------------------------------------------------------------------------------------------------- 0001............................ Computer, Desktop with 20 EA....................... CPU, Monitor, Keyboard and Mouse. ---------------------------------------------------------------------------------------------------------------- Alternative line-item structure offer where monitors are shipped separately: ---------------------------------------------------------------------------------------------------------------- Item No. Supplies/Service Quantity Unit Unit Price Amount ---------------------------------------------------------------------------------------------------------------- 0001............................ Computer, Desktop with 20 EA....................... CPU, Keyboard and Mouse. 0002............................ Monitor................. 20 EA....................... ---------------------------------------------------------------------------------------------------------------- (End of provision) : 252.225-7035 BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2012) (a) Definitions. "Bahrainian end product," "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "Free Trade Agreement country," "Free Trade Agreement country end product," "foreign end product," "Moroccan end product," "Panamanian end product," "Peruvian end product," "qualifying country end product," and "United States," as used in this provision, have the meanings given in the Buy American-Free Trade Agreements-Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) For line items subject to Free Trade Agreements, will evaluate offers of qualifying country end products or Free Trade Agreement country end products other than Bahrainian end products, Moroccan end products, Panamanian end products, or Peruvian end products without regard to the restrictions of the Buy American or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American-Free Trade Agreements-Balance of Payments Program clause of this solicitation, the offeror certifies that- (i) Each end product, except the end products listed in paragraph (c)(2) of this provision, is a domestic end product; and (ii) Components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror shall identify all end products that are not domestic end products. (i) The offeror certifies that the following supplies are qualifying country (except Australian or Canadian) end products: (Line Item Number) (Country of Origin) (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products other than Bahrainian end products, Moroccan end products, Panamanian end products, or Peruvian end products: (Line Item Number) (Country of Origin) (iii) The following supplies are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of "domestic end product": (Line Item Number) (Country of Origin (If known)) (End of provision) Responses to this notice shall be provided in writing via e-mail to SSGT BEN SCOTT at benjamin.scott.14@us.af.mil or SSGT RYAN FOWLER at ryan.fowler.1@usf.af.mil. All responses shall be received NLT 12:00 PM CST on 27 September 2013. Email is the preferred method. Points of Contact: SSgt Ben W. Scott, Contracting Specialist, Phone (334) 953-5755, Fax (334) 953-3543 or SSgt Ryan J. Fowler, Contracting Officer, Phone (334) 953-3528, Fax (334) 953-3543. ATTACHMENTS: 1- Statement of Requirements 2- Room Diagrams ATTACHMENT 1 STATEMENT OF REQUIREMENTS DOCUMENT BLDG 1143 BARNES CENTER - CHIEFS LEADERSHIP COURSE (CLC) 1. PURPOSE: To purchase and secure installation of new furniture, modular and traditional, to implement the CLC Facilitated Distance Learning (FDL) academy (Attachment 2 is drawings of the proposed office configurations). 2. EXECUTIVE SUMMARY: This purchase is required to implement the Air Force Chief of Staff directed revision of the CLC. Consideration should include the fact that space is a premium and most personnel have had their workspace reduced measurably - in some instances, by 50%. Thus, special storage solutions and ease of access is a must for this project. All traditional wood furniture should be matching in both finish and style. Substitutions for space and practical reasons are acceptable, but written explanation of how substitution meets requirements are mandatory. Government drawings provided are not to scale, so deviations due to incorrect space requirements are acceptable. 3. DESCRIPTION OF REQUIREMENTS: a. PRIVATE OFFICES (Offices 122, 124, 126, 128, & 130) DETAILED SPECIFICATIONS: Thecontractor will provide all labor and materials to meet the following requirements for the Private offices for the Chiefs Leadership Course in Bldg. 1143. Minimum requirement includes: i. Each private office is required to have an "L" shaped desk (Inwood Magnus Series or equal) with a 36"D x 72"W main desk and a 24"D x 48"W return. Desks will be handed according to the location the desk will be placed within the office (i.e. right pedestal desk with a left return or a left pedestal desk with a right return). ii. Each desk is required to have an overhead storage unit that is matching width of main desk (as above) and will fit across the depth of the desk and the width of the return and is required to have 4 doors that swing outward. iii. Each overhead storage unit is required to have a task light mounted on underside of overhead storage. iv. Each private office also requires a wardrobe/storage cabinet (Inwood Magnus Series or equal) at least 72" H x 36" W with a rod for hanging jackets etc and minimum 1 shelf for storage. v. All wood case goods shall be in a Mahogany Finish. b. COMMANDANTS OFFICE (Office 120) DETAILED SPECIFICATIONS: The contractor will provide all labor and materials to meet the following minimum requirements for the Commandants Office for the Chiefs Leadership Course in Bldg. 1143. Minimum requirement includes: i. Commandants Office is required to have an executive style double pedestal desk (Inwood Monticello Series or equal)) 36"D x 72"W with a knees pace credenza that is minimum 24"D x 72"W and an overhead storage unit that fits on top of the credenza and has four doors that swing outward. Finish shall be wood veneer. ii. The overhead storage unit is required to have a task light mounted on underside of overhead storage. iii. Commandants office also requires a wardrobe/storage cabinet (Inwood Monticello Series or equal) at least 72" H x 36" W with a rod for hanging jackets etc and minimum 1 shelf for storage. iv. All Wood case goods shall be in a Mahogany finish. c. MODULAR FURNITURE/WORKSTATION OFFICES (Offices 121, 123, 125, & 127) DETAILED SPECIFICATIONS: The contractor will provide all labor and materials to meet the following requirements for the Modular workstations. Minimum Requirement includes: i. Each of these offices is required to have 4 workstations (Affordable Interior Systems Matrix or equal) comprised of a frame and tile system with highly acoustic tiles. Frames are required to be 80"H and configured as follows: 8"H steel tile on the bottom followed by a 40"H stackable acoustical tile followed by a 16"H stackable acoustical tile and finally another 16"H stackable acoustical tile. ii. Each workstation is required to be a minimum 6 ½ feet x 6 ½ feet and is required to have the following components: One 48"Corner work surface, two 24"D x 30"W rectangular work surfaces, one Box/Box/File pedestal, one File/File pedestal, one 48"W lockable overhead storage unit with task light, one keyboard tray to be mounted onto the corner unit. iii. Each cluster of 4 workstations should have a single base power in-feed which is to be hardwired to the building by another contractor. iv. Each workstation is required to have a minimum of 3 duplex outlets with one of them being a dedicated circuit. v. Each workstation should have at least one location in the base raceway of the panel that has ports to run existing phone/data cabling for connection. vi. Workstation clusters should be positioned in the room (if possible) so that the trench in each room that houses the phone/data cabling can be utilized such that the cables can be inserted into the base raceway of the panels. vii. All workstations should be keyed alike so that one key will fit every lock core in that workstation. viii. Frame and tile system with highly acoustic tiles shall be comprised of Grade A Fabric with a uniform color of blue or gray. Customer must be provided a sample or product photo with appropriate color upon award. Frame shall be a uniform color of black. 4. COMMON REQUIREMENTS FOR ALL WOOD CASE GOODS a. Materials: All wood is thoroughly air and kiln dried to a moisture content not to exceed 8% at the time of assembly, as is industry standard. b. All drawer fronts, doors, end panels, and modesty panels shall be vertical grain genuine mahogany. c. Laminates: All laminate work surfaces are to be High Pressure Laminate 1 ¼" thick, 3 ply construction; consisting of high pressure laminate work surface and a 45 lb density. The underside of the top has a smooth surface Gator-Ply backing sheet. Top rims should be solid hardwood. Laminate edge details will not be considered. d. Construction: Drawer interiors are finished with a clear sealer to prevent swelling or shrinkage. Each desk comes standard with a center drawer. Each pedestal should have a lock and be keyed alike. e. All desks shall have a pull out writing slide at the top of the drawers. f. All Desks and wood case goods shall be Mahogany finish 5. COMMON REQUIREMENTS FOR ALL MODULAR FURNITURE a. Full steel frame system with a frame thickness of 3.25" (+ or - 1"). b. Frame height is 80" (+ or - 2") c. Workstation measurements variations are (+ or - 6") d. All frames can accommodate stack on frames for future reconfiguration or if we need to go higher for additional privacy. e. Frame has slotted standard at 1" increments at each edge to accommodate hanging components. f. Frame has a metal top cap and is available in a radius or linear profile. g. Electrical: 8 wire four circuit system. h. Each workstation shall be equipped with 1 ea RJ-45 and RJ-11 comm/data port for CAT VI cable for termination by end user. i. Work surfaces are approximately 1 1/8" thick and shall contain a 2 millimeter edge or a 90 degree (waterfall front) edge. j. Different grommet locations shall be available for work surfaces and special grommet locations may be requested by the customer. 6. INSTALLATION AND REMOVAL OF DEBRIS a. The Contractor must provide an installation milestone plan, which must be approved by the customer prior to contract award. b. The contractor should visit the site prior to providing a detailed design drawing. Revisions may be required to designs submitted by the contractor. c. Contractors offering proposals must include electronic copy of design proposal: 1 EA Private Office, Commandant Office, and Workstation Office. d. Contractors shall provide color samples and product pictures in response to the solicitation.Installation must be coordinated with the end user and be performed during normal business hours. 7. Contractor product must be TURN KEY SOLUTION to the Barnes Center Chiefs Leadership Course. Contractor must ensure, as minimum, prior to turn key: a. Comm wires are not showing between panels b. No gaps between furniture walls and permanent walls c. No gaps in corners where two panels meet at a 90 degree angle d. Filler post must be included throughout workstations as needed to ensure uniform appearance e. Workstations have matching keys f. All lights work g. All electrical outlets work. 8. No government property and/or services such as materials or manpower are being provided for the new furniture.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XHC83247A001/listing.html)
 
Place of Performance
Address: Bldg 1143, Maxwell-Gunter Annex, Alabama, 36114, United States
Zip Code: 36114
 
Record
SN03200092-W 20130926/130924234711-a63941269ff684ca9e13e86dcaf33aa7 (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.