Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
MODIFICATION

71 -- Stackable Event Chairs

Notice Date
9/12/2017
 
Notice Type
Modification/Amendment
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 141 MSG/MSC, WA ANG, 2 SOUTH OLYMPIA AVENUE, FAIRCHILD AFB, Washington, 99011-9439, United States
 
ZIP Code
99011-9439
 
Solicitation Number
W912K3-17-R-0007
 
Archive Date
9/29/2017
 
Point of Contact
Dennis K. Jutras, Phone: 5092477221
 
E-Mail Address
dennis.jutras.2@us.af..mil
(dennis.jutras.2@us.af..mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combination synopsis/solicitation for the acquisition of commercial items using procedures at FAR Part 12. This acquisition is 100% set-aside for Small Business concerns. Award will not be made to a Large Business unless no offers are received Small Businesses or a significant price disparity deems it suitable. The North American Industry Classification system code (NAICS) 337214 size standard of 1,000 EMP. Contract line item numbers and quantities: CLIN 0001 - Stackable Side Chairs (with arms) QTY: 108 (ea) Kimbal 95-2R (OR EQUAL) - Overall dimensions approximately 31"Hx23"Wx21"D with Seat approximately 18.25"Hx18"Wx17.25"D and Arms approximately 25.25". CLIN 0002 - Stackable Side Chairs (without arms) QTY: 20 (ea) Kimbal 95-1R (OR EQUAL) - Overall dimensions approximately 31"Hx20"Wx21"D with Seat approximately 18.25"Hx18"Wx17.25"D. CLIN 0003 - Transport Dollies QTY: 22 (ea) Kimbal 95-TD (OR EQUAL) - Must be capable of stacking and moving at least 6 of the above chairs. Must have ball bearing wheels for ease of rolling and have convenient storage features (i.e. removable handle). The Government intents to award a single Firm-Fixed price contract based on the Lowest Priced Technically Acceptable offer. This RFQ is 100% set-aside for Small Business. All items must have the following minimum essential characteristics to be considered technically acceptable: All chairs must meet BIFMA/ANSI standards for chairs and include the following minimum essential "salient" characteristics: - Flat nylon (or similar) glides on bottom of all legs for use on carpet - Durable construction (14 gauge steel with welded joints - or better) - Min. 1.25" foam on seat cushion,.75" foam on seat back (CFC Free) - Contoured seat pan for comfort - All metal parts must be black in color, fabric must be medium brown in color, heavy duty vinyl grade 4 (other fabrics may be proposed for consideration if "better quality") with vinyl protection and antibacterial/anti-fungal finish (capable of 100,000 double rubs) *Fabric/Finish option samples should be provided along with quote if possible and may be shipped to the same location as delivery: Western Area Defense Sector ATTN: Mr. Aaron Boone 852 Lincoln Blvd McChord AFB, WA 98438 *Successful vendor will be responsible for coordination of shipments to Joint Base Lewis-McChord, WA or deliver themselves as part of the installation. Warranty: The Contractor shall extend to the Government the full coverage of any standard warranty normally offered in a similar sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard warranty does not waive the Government's rights under any "Inspection" clause that may be in the contract nor does it limit the Government's rights with regard to the other terms and conditions of this contractThe standard warranty period shall begin upon final acceptance of the applicable material and/or services listed in the Schedule. The Contractor shall provide a copy of its standard warranty (if applicable) with its offer. The warranty covers a period of ____________ months (OFFEROR is to insert number). The following provisions and clauses are applicable to this solicitation: Incorporated by reference: P- 52.204-7 -- System for Award Management P- 52.204-16, Commercial and Government Entity Code Reporting P- 52.211-6, Brand Name or Equal P- 52.212-1, Instructions to Offerors-Commercial Items P- 52.212-3 Alt 1: Offeror Representations and Certifications- Commercial Items P- 52.222-52, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services- Certification P- 52.222-55, Minimum Wages Under Executive Order 13658 P- 252.203-7001, Representation Relating to Compensation of Former DoD Officials P- 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation P- 252.204-7011, Alternative Line Item Structure P- 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations P- 252.225-7000, Buy American Statute-Balance of Payments Program Certificate P- 252.225-7035 Buy American--Free Trade Agreements--Balance of Payments C- 52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements C- 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 C-52.204-9, Personal Identity Verification of Contractor Personnel *C- 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards C- 52.204-13 - System for Award Management Maintenance C- 52.204-18, Commercial and Government Entity Code Maintenance C- 52.204-19, Incorporation by Reference of Representations and Certifications *C- 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment *C- 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations C- 52.211-16 -- Variation in Quantity C- 52.212-4, Contract Terms and Conditions-Commercial Items *C- 52.219-6, Notice of Total Small Business Set Aside *C- 52.219-28 - Post-Award Small Business Program Rerepresentation *C- 52.222-3, Convict Labor *C- 52.222-19, Child Labor- Cooperation with Authorities and Remedies *C- 52.222-21, Prohibition of Segregated Facilities *C- 52.222-26, Equal Opportunity *C- 52.222-36, Equal Opportunity for Workers with Disabilities *C- 52.222-50, Combating Trafficking in Persons *C- 52.223-15, Energy Efficiency in Energy Consuming Products *C- 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving *C- 52.225-13, Restrictions of Certain Foreign Purchases C- 52.232-18, Availability of Funds *C- 52.232-33, Payment by Electronic Funds Transfer- SAM C- 52.232-39, Unenforceability of Unauthorized Obligations C- 52.232-40, Providing Accelerated Payments to SB Subcontractors *C- 52.233-3, Protest After Award *C- 52.233-4, Applicable Law for Breach of Contract Claim C- 52.237-2, Protection of Government Buildings, Equipment, and Vegetation C- 252.203-7002 Requirement to Inform Employees of Whistleblower Rights C- 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements C- 252.204-7003 Control of Government Personnel Work Product C- 252.204-7004 Alternate A, System for Award Management C- 252.204-7012 Safeguarding of Unclassified Controlled Technical Information C- 252.204-7015, Disclosure of Information to Litigation Support Contractors C- 252.223-7008, Prohibition of Hexavelent Chromium C- 252.225-7001, Buy American and Balance of Payments Program C- 252.225-7002 Qualifying Country Sources as Subcontractors C- 252.225-7036 Buy American-Free Trade Agreements--Balance of Payments C- 252.225-7048 Export-Controlled Items C- 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports C-252.232-7010, Levies on Contract Payments C- 252.243-7001 Pricing of Contract Modifications C- 252.244-7000, Subcontracts for Commercial Items C- 252.247-7023, Transportation of Supplies by Sea Incorporated in full text: P- 52.212-1, Instructions to Offerors-Commercial Items: At a minimum, the vendor must submit a price schedule which asserts they will provide the supplies/services to the minimum standards indicated in the solicitation/PWS. P- 52.212-3 Alt. I, Offeror Representations and Certifications--Commercial Items--Alternate I P- 52.212-2, Evaluation-Commercial Items: The Government will award a firm-fixed priced contract. Unless a significant price disparity exists which deems a large business suitable for award, award will be made to a small business. Only one award will be made, unless it is in the best interest of the Gov't to issue multiple awards. The Government intends to award a firm-fixed price contract to the responsible vendor whose quote conforming to the solicitation provides the Best Value to the Government. " Best value" means the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. In accordance with FAR 12.602 & FAR 13.106-2, technical, price & past performance will be considered in the streamlined evaluation. In the best value decision, the Government may consider any readily available value indicators (examples include past performance, special features of the supply or service required for effective program performance, trade-in considerations, probable life of the item, warranty considerations, maintenance availability, environmental and energy efficiency considerations, and delivery terms). This may result in award being made to a higher-rated, higher-priced quote. The Government's selection of a higher-rated, higher-priced quote will be supported by a determination that the technical/past performance superiority warrants the additional cost involved. P- 52.252-1 -- Solicitation Provisions Incorporated by Reference (FILLIN: http://farsite.hill.af.mil ) P- 52.252-5 -- Authorized Deviations in Provisions P- 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law P- 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations C-52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items *clauses with asterick are included by reference C-52.252-2, Clauses Incorporated by Reference (FILLIN: http://farsite.hill.af.mil ) C-52.252-6, Authorized Deviations in Clauses (FILLIN: DFARS Vol II) C- 252-211-7003, Item Unique Idenfication and Valuation C- 252.232-7006, Wide Area Work Flow Payment Instructions C-252.246-7007, Contractor Counterfeit Electronic Part Detection and Avoidance Systems Notice to Offerors (a) In compliance with Class Deviation 2012-O0015, the following do not apply to this solicitation/contract: (1) 52.212-1, paragraph (k). (2) 52.212-4, paragraph (t). (3) 52.212-3--Alternate I, introductory paragraph and paragraph (b). (b) Offerors are required to complete 52.212-3--Alternate I, paragraphs (c) through (o). (c) Deviation clause 52.204-99, System for Award Management Registration, is required and is added/included by addendum. ln no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government. All information relating to this solicitation will be posted on the website this solicitation has been posted within. Formal communicatio ns such as request for clarifications and/or information concerning this solicitation must be submitted in writing via e-mail (it is the responsibility of the vendor to verify email receipt). NO TELEPHONIC REQUESTS FOR INFORMATION WILL BE HONORED. All answers will be posted to the Federal Business Opportunites website. Offerors must submit questions to the email address noted above not later than 11:59 P.M. PST on 11 September 2017 Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. *All offers must be good through FY17 (30 Sep 2017). Quotes must be submitted in writing via email by 11:59 p.m. PST on 14 September 2017 to email dennis.jutras.2@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/W912K3-17-R-0007/listing.html)
 
Place of Performance
Address: Western Air Defense Sector, Joint Base Lewis-McChord, Washington, 98437, United States
Zip Code: 98437
 
Record
SN04673878-W 20170914/170912232720-a9ec231c35d2e85a93607f7b6fb9960a (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.