Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2014 FBO #4631
SOLICITATION NOTICE

71 -- Console Furniture for Command Post - Statement of Work

Notice Date
7/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 452 Operational Contracting Office, 1940 Graeber Street, Bldg 449, March ARB, California, 92518-1650, United States
 
ZIP Code
92518-1650
 
Solicitation Number
FA46644206A001
 
Archive Date
9/12/2014
 
Point of Contact
Diana J Stevenson-Luna, Phone: 951-655-3116, Bernadette Meeks, Phone: 9516552068
 
E-Mail Address
diana.stevenson-luna@us.af.mil, bernadette.meeks@us.af.mil
(diana.stevenson-luna@us.af.mil, bernadette.meeks@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Drawing for Console Furniture Statement of Work Console Installation This is a combined synopsis/solicitation 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 the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number FA46644206A001 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66, Effective 28 February 2013 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20130228. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as a 100% small business set-aside acquisition. The associated North American Industrial Classification System (NAICS) Code is 337214 with a small business size standard of 500 employees. The government intends to issue a firm fixed price purchase order as a result of this RFQ. The contractor shall prov i de all materia l s, equ i pment, labor and superv i s i on nece s s a ry to i nstall a command and control furn i ture for a 2 controller team conso l e and a s i n g l e controller console w i th 9' 1 20 degree cockp i t sty l e workstat i ons, i ntegrated book stora g e, custom pen i nsula storage for 4 pr i nters and S CPU s, motorized hydrau l ic ful l - l i ft system, 24" reach articulating singl e monitor arm, sl at wall i nterface bracket, 3 Siemens radio turrets at Mar c h Ai r Reserve base, Californ i a I n accordance w i th the terms and cond i tions of the contract, contract stat e ment of work contract specificat i ons, which is an attachment to this RFQ and shall become part of the resulting contract, and federa l, state and l ocal code s, laws and regu l a t i ons. All offers received from this RFQ shall be considered and evaluated according to FAR Part 12, Acquisition of Commercial Items, utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Submitted quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. Provide the lead or delivery time in terms of number of days after receipt of the order. The following factors will be used to evaluate the proposals: (1) Technical Acceptability, and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. An offer will only be determined technically acceptable if no exception is taken to the SOW and the requirements of this solicitation. Price evaluation shall be based on the lowest reasonable, balanced, and overall evaluated price. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced quotes as each offeror's quoted price will be evaluated for reasonableness. Evaluation of proposal may be made without discussions with the offerror(s). The Government will award a contract to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. APPLICABLE CLAUSES/PROVISIONS: FAR 52.212-1, Instructions to Offerors, Commercial Items (Jun 2008), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009), FAR 52.212-3 Alternate I, Offeror Representations and Certifications-Commercial Items Alternate I (Apr 2002) at www.sam.gov. The FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010) applies to this acquisition and is addended to add the following FAR clauses: 52.204-7, System for Award Management (Jul2013). The clause at FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) (Jul 2010), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.232-33, Payment by Electronic Funds Transfer/System for Award Management (Jul 2013); FAR 52.219-6, Notice of Total Small Business Set Aside (June 2003); FAR 52.237-1 Site Visit (Apr 1984); FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.232-18, Funds Availability (Apr 1984); FAR 52.225-11, Buy American Act--Construction Materials Under Trade Agreements (Aug 2009); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2010) applies to this acquisition and specifically the following additional DFAR clauses under paragraphs (a) and (b), 252.232-7003, Electronic Submission of Payment Requests (Mar 2008); DFARS 252.211-7003 Item Identification and Valuation (Jun 2011); AFFARS 5352.201-9101 Ombudsman (Apr 2010); and AFFARS 5352.242-9000 Contractor Access to Air Force Installations (Aug 2007). ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System for Award Management (SAM) at www.sam.gov and Wide-Area Work Flow (WAWF) at http://wawf.eb.mil prior to award. Lack of registration will make an offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor. Due to the delicate nature of this requirement, offerors are highly encouraged to attend a site visit scheduled at 9:00am PST, on Friday, 08 August 2014. To attend this site visit, contact Diana Stevenson-Luna at telephone 951-655-3116 or email diana.stevenson-luna@us.af.mil no later than 3:00pm PST on Monday, 04 August 2014 so arrangement can be made. This is determined to be an urgent requirement, therefore responses or offers are due no later than 3:00pm PST on Monday, 28 August 2014. Submit written quotes; oral quotes will not be accepted. Quotes must be submitted via e-mail to Diana Stevenson-Luna at email address above, Subject: FA46644206A001, or mailed to be received by the due time/date stated above to 1940 Graeber St., Bldg 449, March ARB, CA 92518-1650. Quotations must meet all instructions put forth in this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/452LSSLGC/FA46644206A001/listing.html)
 
Place of Performance
Address: Bldg 470, March ARB, California, 92518, United States
Zip Code: 92518
 
Record
SN03440705-W 20140730/140728235450-a15321520c7f282140617377d0757a43 (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.