Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
SOLICITATION NOTICE

71 -- Bldg 1700 Furniture

Notice Date
5/7/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423210 — Furniture Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 301 LSS/LGC, 1710 Burke Street, Suite 100, Carswell ARB, NAS JRB FT Worth, Texas, 76127-6200
 
ZIP Code
76127-6200
 
Solicitation Number
F5A1FS5118A001
 
Archive Date
6/6/2015
 
Point of Contact
Linda S. Shumaker, , Marvin Frizell,
 
E-Mail Address
linda.shumaker@us.af.mil, marvin.frizell.1@us.af.mil
(linda.shumaker@us.af.mil, marvin.frizell.1@us.af.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
Telephone inquires will not be accepted. Interested parties are responsible for reading entire Synopsis/Solicitation. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format outlined in FAR Subparts 12.6 as supplemented with the 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 Purchase Request number is F5A1RS5118A001 and is issued as a Request for Quote (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition circular (FAC) 2005-78, effective 26 Dec 2014, DFARS DPN 20150115 (Effective 15 Jan 2015) Edition and AFFARS Parts current thru AFAC 2014-1001, effective 01 Oct 2014 SET ASIDE & NAICS : This acquisition is being issued as a Woman Owned Small Business Set-Aside in accordance with FAR Part 19.5-- under North American Industry Classification System (NAICS) code 423210 - Furniture Merchant Wholesalers, with a size standard of 100 employees. REQUIREMENTS : Acquisition of furniture for newly renovated workspace to include design and installation for a 2nd floor office area modular systems furniture. A site visit will be set up for interested parties as described below. The contractor is responsible for validation of all facility critical measurements and component features required for design work and installation. FUNDING STATUS : This acquisition is currently UNFUNDED. REGISTRATION / CERTIFICATIONS : Prior to award, selected contractor must complete registration in the System for Award Management (SAM) website and be currently registered under the specified NAICS code. Registration in SAM can be completed at the following website: https://www.sam.gov/. SUBMISSION GUIDELINES : RFQ submissions shall be submitted via email to linda.shumaker@us.af.mil, NLT Friday May 22, 2015 @ 3:30 pm Central Time. The offeror agrees to honor the quoted price for at least 30 calendar days from the date of the quote. This will be the only US Government point of receipt for quotes for this requirement (this includes mail servers). It is the offeror's responsibility to submit their quotes on time, and should allow sufficient time for the quote to clear any and all email servers. Quotes should be submitted in the following forms: (1) electronic (Please limit the file size to 3MB or less); (2) paper (1 each). At a minimum quote should include: (1) price; (2) drawings of proposed design layout; (3) furniture technical breakout ; (4) photos of furniture offering; and (5) company literature. TERMS AND CONDITIONS : The following provisions and clauses apply to this procurement: FAR 52.204-7, System for Award Management (SAM) FAR 52.204-13, System for Award Management Maintenance (SAM) FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-3 Alt I, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their quote unless electronically filed in System for Award Management FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply: 52.204-10, 52.209-6, 52.209-10, 52.219-28, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52-222-36, 52.222-50, 52.222-54, 52.223-18, 52.225-1, 52.225-13, 52.232-33] FAR 52.219-1 Alt I, Small Business Program Representations FAR 52.219-30, Notice of Set-Aside for Woman-Owned Small Business Concerns Eligible Under the Woman-Owned Small Business Program FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.247-34 FOB Destination 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference DFARS 252-203.7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistle blower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alt A, System for Award Management DFARS 252-215-7007, Notice of Intent to Re solicit DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Work flow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modification AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.201-9101, Ombudsmen 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 Incoporated 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 EVALUATION CRITERIA : Evaluation shall be conducted in accordance with guidelines of FAR 13.106-1(a)(2). In accordance with FAR 52.212-5 - "Evaluation Commercial Items", the Government will issue a purchase order as a result of this Request for Quotations to the responsible quoter whose quote will result in the Best Value to the Government, using "tradeoff amount cost/price and non-cost/price factors. The Government may elect to award to other than the lowest priced offeror, or other than the offeror with the highest rated non-cost/price proposal. In either case, a tradeoff will be conducted. The Government reserves such right of flexibility in conducting the evaluation as necessary to assure an award with the contractor providing the best value to the government. The cost/non-cost price evaluation factors are of equal importance, as follows: 1. Technical 2. Price DELIVERY POINT : FOB Destination- Building 1700, NAS JRB Fort Worth, Texas 76127-1054 Site Visit : A site visit is HIGHLY recommended and is scheduled for Thursday, May 14, 2015 at 1:00 pm Central Time. Vendors interested in attending shall meet at Bldg 1776, Conference Room for a briefing prior to the site visit. CONTRACTOR ACCESS TO NAS JRB FORT WORTH. To obtain a pass to NAS Fort Worth JRB submit an e-mail request providing full name and company to linda.shumaker@us.af.mil. To gain entrance to the base, each attendee will need a current government issued ID (i.e. drivers license, state ID), and proof of automobile insurance, (if driving). Weapons are prohibited on NAS Fort Worth JRB and prior to receiving a base pass all persons must undergo a criminal back ground check. QUESTIONS AND ANSWERS : After the site visit all vendor questions concerning this requirement must be submitted electronically no later than Monday, May 18, 2015. No questions will be accepted after this date. Please email all questions to linda.shumaker@us.af.mil. Responses to all questions posed will be posted on FBO for review by all vendors. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/301LSSLGC/F5A1FS5118A001/listing.html)
 
Place of Performance
Address: Bldg 1700, 2nd floor, NAS JRB Fort Worth, Texas, 76127, United States
Zip Code: 76127
 
Record
SN03724293-W 20150509/150507235547-93d167cefb7a6b7ef58a2bf4187411e4 (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  © 1994-2020, Loren Data Corp.