Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
MODIFICATION

71 -- Wing Furniture

Notice Date
8/28/2014
 
Notice Type
Modification/Amendment
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
136 AW/MSC, 200 Hensley Ave., Building 1672, Carswell Joint Reserve Base, Fort Worth, TX 76127-1672
 
ZIP Code
76127-1672
 
Solicitation Number
F6J3CE4177AD02
 
Response Due
9/17/2014
 
Archive Date
10/27/2014
 
Point of Contact
136 MSG/MSC, 817-852-3254
 
E-Mail Address
136 AW/MSC
(136aw.msc@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
i.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. ii.The solicitation number is F6J3CE4177AD02 and is issued as a Request for Quote (RFQ). Offerors shall consider any language contained herein, through inclusion by a clause or provision, or communication, to be that which is related to the type of solicitation indicated in this paragraph (e.g. quote versus offer, proposal, or bid). iii.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. iv.This solicitation is being issued using full and open competition (unrestricted). The associated NAICS code is 337214 and small business size standard is 500 Employees. v.CLIN 0001 - Furnish and Install Furniture for Buildings 1671 and 1669 - Qty: 1 - U/I: JB vi.The Government requests an open market quote (only) in accordance with the requirements described in the attached Statement of Need (SoN), dated 31 July 2014. The Government shall hold a site visit at 1:30PM (CST) on 05 September 2014 at the Naval Air Station Fort Worth Joint Reserve Base located in Fort Worth, Texas. Interested parties must submit a request for attendance to the POC listed in paragraph xvi to obtain installation access and the specific location for the site visit. The request for attendance must include the name and company name of each attendee. Information provided at the site visit, as well as questions, shall not change/qualify the terms and conditions of the solicitation. vii.The delivery and acceptance location for this requirement is Naval Air Station Fort Worth Joint Reserve Base, Texas (Zip Code - 76127). The Government prefers FOB Destination for this procurement. viii.The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition, with addenda. Replace FAR 52.212-1 (b) with the following: Submission of offers: Offerors shall submit a single quote that contains three separate volumes: Price, Technical, and Past Performance. The Price volume shall contain a single price to furnish and install furniture in accordance with the attached statement of need, as well as identify any assumptions that significantly influence price. The Technical volume shall describe the proposed furniture solution (materials and installation) and include product cut-sheets, drawings, electronic color boards, and other relevant information as necessary. The Past Performance volume may include up to three Past Performance Questionnaires (use form posted on 08/21/2014) for performance on comparable Federal Government contracts. In addition, offerors shall include a completed copy of DFARS 252.209-7993, Representation By Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law. ix.The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition, without addenda. (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: (1) Price, (2) Technical (capability of the item offered to meet the agency need), and (3) Past Performance. Technical and Past Performance, when combined, are approximately equal 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. x.Offerors shall include a completed copy of the provision at FAR 52.212-3 and Alternate I, Offeror Representations and Certifications-Commercial Items with its offer. Reference FAR 52.212-3 (b) for those representations and certifications that the offeror shall complete electronically. xi.The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, without addenda. xii.The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items applies to this acquisition. The contractor shall comply with the following additional FAR clauses: FAR 52.203-6 (Alternate I), Restrictions on Subcontractor Sales to the Government; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's 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 52.219-8, Utilization of Small Business Concerns; FAR 52.219-28, Post Award Small Business Program Rerepresentation; 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 Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving on Base; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration xiii.The following clauses and/or provisions apply to this acquisition: FAR 52.203-3, Gratuities; FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights; FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; FAR 52.204-5, Women-Owned Business (Other Than Small Business); FAR 52.204-7, System for Award Management; FAR 52.219-1, Small Business Program Representations (Alternate I); FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.223-5, Pollution Prevention and Right Know Information; FAR 52.225-18, Place of Manufacture; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications; FAR 52.228-5, Insurance - Work on a Government Installation; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-2, Service of Protest; FAR 52.242-13, Bankruptcy; FAR 52.252-1, Solicitation Provisions Incorporated By Reference; FAR 52.252-2, Clauses Incorporated By Reference; FAR 52.252-3, Alterations in Solicitation; FAR 52.252-4, Alterations in Contract; FAR 52.252-5, Authorized Deviations In Provisions; FAR 52.252-6, Authorized Deviations In Clauses; Defense Federal Acquisition Regulation Supplement (DFARS) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005, Representation Relating to Compensation of Form DoD Officials; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.204-7004 (Alternate A), System for Award Management; DFARS 252.204-7006, Billing Instructions; DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209-7004, Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country; DFARS 252.215-7007, Notice of Intent to Resolicit; DFARS 252.215-7008, Only One Offer; DFARS 252.209-7993, Representation By Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law-Fiscal; DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.223-7008, Prohibition of Hexavalent Chromium; DFARS 252.225-7021, Trade Agreements; DFARS 252.225-7002, Qualifying Country Sources As Subcontractors; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7031, Secondary Arab Boycott Of Israel; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.232-7006, Wide Area Workflow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.247-7022, Representation Of Extent Of Transportation Of Supplies By Sea; DFARS 52.247-7023, Transportation of Supplies by Sea; DFARS 252.247-7024, Notification Of Transportation Of Supplies By Sea xiv.The following Defense Priorities and Allocations System (DPAS) rating applies: N/A xv.All offers shall be submitted no later than 4:00 PM (CST) on 17 September 2014 by email to 136aw.msc@ang.af.mil or by delivery to 100 Hensley Ave, Building 1671, Fort Worth, Texas, 76127-1671. The Government recommends coordinating any physical delivery with the Contracting Office at least one day prior to the solicitation closing date. The use of facsimile is not authorized. xvi.For further information regarding this solicitation, offerors can contact Master Sergeant Micah A. Kruse by phone at 817-852-3254 or by email at 136aw.msc@ang.af.mil. The above-mentioned clauses and provisions are available in full text at http://www.farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA41-1/F6J3CE4177AD02/listing.html)
 
Place of Performance
Address: 136th Airlift Wing 200 Hensley Ave., Building 1672 Fort Worth TX
Zip Code: 76127-1672
 
Record
SN03484635-W 20140830/140829022144-4f2588a933d5fd9fb14b9be276f7de54 (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.