Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 09, 2013 FBO #4337
SOLICITATION NOTICE

71 -- Med Center Furniture - Specifications/ DD2579

Notice Date
10/7/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-13-T-0186
 
Archive Date
11/2/2013
 
Point of Contact
Charles J. Bowers, Phone: 9375224645
 
E-Mail Address
charles.bowers@wpafb.af.mil
(charles.bowers@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
DD2579- Please fill out Final free standing furniture minimum requirements COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation (“synopsitation” hereafter) for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to award without discussions or make no award at all depending upon the quality and price reasonableness of offers received. An award, if any, will be made to the responsible offeror whose quote conforms to the requirements of the synopsitation and represents the best value to the Government, price and other factors considered. Synopsitation FA8601-13-T-0186, is a Request for Quotes (RFP) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-69, effective 03 Sep 2013; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20130909 effective 09 Aug 2013; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2013-0327, effective 27 Mar 2013. The NAICS code for this acquisition is 337124 and the associated small business size standard is: 500 employee size standard. Synopsitation Closing Date: Quotes must be received not later than 2:00pm, local time on 18 October 2013. Send quotes to: Electronic submissions will be accepted at Charles.bowers.6@us.af.mil Address questions regarding this synopsitation to Charles Bowers telephonically at (937) 522-4645 or via e-mail at charles.bowers.6@us.af.mil This requirement is for Free Standing Office Furniture at WPAFB. per the attached specifications See attached document titled: “Free Standing Furniture Minimum Requirements” for specifications. FOB: Destination (As defined in FAR 2.101—Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) INSPECTION AND ACCEPTANCE: Both inspection and acceptance will be by the Government at Destination. FAR 52.252-1—Solicitation Provisions Incorporated by Reference: 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/ FAR 52.252-2—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/ FAR 52.252-5—Authorized Deviations in Provisions: (a) The use in this solicitation of any Federal Acquisition Regulation (FAR) (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of “(DEVIATION)” after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (DFARS) (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of “(DEVIATION)” after the name of the regulation. FAR 52.209-7—Information Regarding Responsibility Matters: If the offeror has not completed the FAR provisions listed above online, the offeror shall complete and return a copy of the provision with its quote. FAR 52.209-7 is available at http://farsite.hill.af.mil/. FAR 52.212-1, Instructions to Offerors—Commercial Items is incorporated into this synopsitation. Paragraph (c) Period for acceptance of offers is revised to change the period for acceptance of offers from 30 calendar days from the date specified for receipt of offers to 60 calendar days. FAR 52.212-2, Evaluation—Commercial Items is incorporated into this synopsitation. The fill-in for paragraph (a) is completed as follows: The evaluation factors are Technical (whether the product offered satisfies the minimum requirements in the specifications) and Price. Technical is approximately equal to price. FAR 52.212-3—Offeror Representations and Certifications—Commercial Items with its Alternate I An offeror shall complete only paragraphs (b) of this provision (below) if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov and shall return 52.212-3(b) below completed with its offer. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.] If an offeror has not completed the annual representations and certifications electronically, the offeror shall complete and submit with its offer only paragraphs 52.212-3(c) through (o) of the provision at FAR 52.212-3—Offeror Representations and Certifications—Commercial Items with its Alternate I which can be downloaded from the “FARSite” at http://farsite.hill.af.mil. FAR 52.212-4—Contract Terms and Conditions—Commercial Items is incorporated into this synopsitation. FAR 52.212-5—Contract Terms and Conditions Required to Implement Statutes Or Executive Orders—Commercial Items is incorporated into this synopsitation and the resulting contract. FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government’ interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns FAR 52.219-28 Post Award Small Business Program Representation 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 52.222-36, Affirmative Action for Workers With Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-1, Buy American Act-Supplies FAR 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim The following DFARS provisions are incorporated into the synopsitation. DFARS 252.209-7995—Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2013 Appropriations (Deviation 2013-O0010). If the offeror has not completed the DFARS provisions listed above online, the offeror shall complete and return a copy of the provision with its quote. DFARS 252.209-7995 is attached. DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.211-7003 Item Identification and Valuation DFARS 252.225-7000, Buy American Statute - Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payment Programs DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions is incorporated into the synopsitation and resulting contract. The fill-in portions of this clause will be complete in the award document. DFARS 252.232-7010, Levies on Contract Payments The following AFFARS provisions are incorporated into the synopsitation. AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) Attachments: 1.Specifications 2.DFARS 252.209-7995
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-13-T-0186/listing.html)
 
Place of Performance
Address: Wight Patterson, AFB Ohio, WPAFB, Ohio, 49509, United States
Zip Code: 49509
 
Record
SN03212753-W 20131009/131007234131-e8224a1cdd96c7b896c02b37228acd8b (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.