Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2017 FBO #5642
SOLICITATION NOTICE

71 -- Wright Line Laboratory Furniture - CCF - Solicitation Attachments

Notice Date
5/3/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-17-R-0033
 
Archive Date
6/1/2017
 
Point of Contact
Jennifer Calandra-Willson, Phone: 315-330-4009
 
E-Mail Address
Jennifer.Calandra-Willson@us.af.mil
(Jennifer.Calandra-Willson@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 4 - RRS 31 Site Visit Form Attachment 3 - Reps and Certs Brand Name Justification Attachment 1b - Drawings Attachment 1a - Parts List Attachment 1 - Statement of Work This is a 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 solicitation; Proposals are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-17-R-0033 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20161222. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business set aside under NAICS code 337127 and small business size standard with 500 employees. The contractor shall provide the items detailed in Attachments 1, 1a and 1b, on a BRAND NAME ONLY, Firm Fixed Price basis including the cost of shipping FOB Destination. See the attached Brand Name justification (Attachment No. 2). Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The delivery/installation date is eight (8) Weeks After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination (NOV 1991). The place of delivery, acceptance and FOB destination point is Rome, NY. The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals are due at or before 3:00 PM, (Eastern Time) 17 May 2017. Submit to: AFRL/RIKO, Attn: Jennifer Calandra-Willson, 26 Electronic Parkway, Rome NY 13441-4514 by email to jennifer.calandra-willson@us.af.mil. Offerors are encouraged to submit their proposals using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(10) The Government will evaluate the quality and extent of offerors' performance deemed relevant to the requirements of this RFP. Submit past performance information to include recent and relevant contracts for the same or similar items and other references. (1) Submit past performance information to include recent and relevant contracts which demonstrate the ability of the offeror to perform the proposed effort. Please provide past performance information for no more than five (5) relevant contracts performed for Government agencies and commercial customers within the last three (3) years. To the maximum extent practicable, identify contracts for properties which are not owned or operated by your firm or by key personnel, including intended subcontractors, of your firm. Referenced past performance information should include contract numbers, points of contact with telephone numbers, and a narrative explaining the contract's relevancy to the solicitation. (2) Quality and Satisfaction Rating for Contracts Completed in the Past Three Years: Provide information currently available (letters, metrics, customer surveys, independent surveys, etc.) which demonstrates customer satisfaction with overall job performance and quality of completed product for same or similar type contract. In addition, explain corrective actions taken in the past, if any, for substandard performance and any current performance problems such as cost overruns, extended performance periods, numerous warranty calls, etc. (b)(12) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest and waive informalities and minor irregularities in offers received. (k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) Technical acceptance of the item offered to meet the Government requirement; (ii) Price, and; (iii) Past Performance All evaluation factors when combined, are approximately equal. In determining an Offeror's relevancy of past performance, the Government will consider aspects such as similarity of product/service/support, complexity, dollar value, duration, contract type, and degree of subcontract/teaming. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 2017); Alternate I (Oct 2014). 52.209-7, Information Regarding Responsibility Matters (Jul 2013) For your convenience all referenced certifications are attached to this solicitation. (Attachment No.3) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2017), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), Alternate I (Oct 1995) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) 52.219-6, Notice of Total Small Business Aside (Nov 2011) Alternate I (Nov 2011) of 52.219-6. 52.219-8, Utilization of Small Business Concerns (Nov 2016) 52.219-14, Limitations on Subcontracting (Jan 2017) 52.219-28, Post Award Small Business Program Re-representation (Jul 2013) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.222-35, Equal Opportunity for Veterans (Oct 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-37, Employment Reports on Veterans (Feb 2016) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment By Electronic Funds Transfer-System For Award Management (Jul 2013) The following additional FAR and FAR Supplement provisions and clauses also apply: 52.203-3, Gratuities (Apr 1984) 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) 52.204-22, Alternative Line Item Proposal (Jan 2017) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.247-34, FOB Destination (Nov 1991) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-0007, Contract-wide: sequential ACRN Order (SEP 2009) 252.204-7011, Alternative Line Item Structure (SEP 2011) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.211-7003, Item Identification and Valuation (MAR 2016) Para. (c)(1)(i): N/A Para. (c)(1)(ii): N/A Para. (c)(1)(iii): N/A Para. (c)(1)(iv): N/A Para. (f)(2)(iii): N/A 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations (JUN 2015) 252.222-7007, Representation Regarding Combating Trafficking in Persons (JAN 2015) 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7001, Buy American and Balance of Payments Program (DEC 2016) 252.225-7012, Preference for Certain Domestic Commodities (DEC 2016) 252.225-7031, Secondary Arab Boycott of Israel (JUN 2005) 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (OCT 2015) 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) 252.227-7015, Technical Data--Commercial Items (FEB 2014) 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 2016) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.232-7006, Wide Area Workflow Payment Instructions (MAY 2013) 252.232-7010, Levies on Contract Payments (DEC 2006) 252.243-7002, Requests for Equitable Adjustment (DEC 2012) 252.244-7000, Subcontracts for Commercial Items (JUN 2013) 252.247-7023, Transportation of Supplies by Sea - Basic (APR 2014) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) 5352.201-9101, Ombudsman (JUN 2016) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Kimberly Yoder, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-255-4967, email: Kimberly.Yoder@us.af.mil. 5352.223-9001, Health and Safety on Government Installations (NOV 2012) The following additional requirements apply: REGARDING ACCESS TO AIR FORCE FACILITIES AND GOVERNMENT INFORMATION TECHNOLOGY NETWORKS (a) Contractor employees requiring access to USAF bases, AFRL facilities, and/or access to U.S. Government Information Technology (IT) networks in connection with the work on this contract must be U.S. citizens. For the purpose of base and network access, possession of a permanent resident card ("Green Card") does not equate to U.S. citizenship. This requirement does not apply to foreign nationals approved by the U.S. Department of Defense or U.S. State Department under international personnel exchange agreements with foreign governments. Any waivers to this requirement must be granted in writing by the Contracting Officer prior to providing access. The above requirements are in addition to any other contract requirements related to obtaining a Common Access Card (CAC). (b) For purposes of paragraph (a) above, if an IT network/system does not require AFRL to endorse a contractor's application to said network/system in order to gain access, the organization operating the IT network/system is responsible for controlling access to its system. If an IT network/system requires an U.S. Government sponsor to endorse the application in order for access to the IT network/system; AFRL will only endorse the following types of applications; consistent with the requirements above: (1) Contractor employees who are U.S. citizens performing work under this contract/order; or (2) Contractor employees who are non-U.S. citizens and who have been granted a waiver. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. The following provision also applies to this solicitation: 52.237-1 -- Site Visit (Apr 1984) Offerors are urged and expected to inspect the site where services are to be performed 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. The site visit is scheduled for 7:15 A.M on 10 MAY 2017. Participants will meet at the main lobby of Building 3. For site access, all attendees must fill out the Request for Visit Authorization (RRS Form 31), Attachment No. 4 and return it in accordance with the instructions on the form. Attendees must also notify Jennifer Calandra-Willson via email (jennifer.calandra-willson@us.af.mil) by 3:00 P.M. on 08 MAY 2017 of their intent to attend. The Defense Priorities and Allocations System (DPAS) rating DO-C9 has been assigned to this effort. All responsible organizations may submit a proposal, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-17-R-0033/listing.html)
 
Record
SN04494685-W 20170505/170503235146-0bfad935947ae8144e6e4065e1e8293a (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.