Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
SOLICITATION NOTICE

71 -- Auditorium Seating - Statement of Work - Q&A - 1

Notice Date
7/11/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FA2823-18-Q-3029
 
Archive Date
9/30/2018
 
Point of Contact
Madison Chaney, Phone: 8508820347
 
E-Mail Address
madison.chaney@us.af.mil
(madison.chaney@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Q&A Document 1 Statement of Work dated 11 July 2018 Notice to Offeror(s)/Supplier(s): Funds are not presently available for this contract. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. This is a combined synopsis/solicitation for commercial services and/or supplies 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; quotes are being requested and a written solicitation will NOT be issued. This is a Request for Quote (RFQ) and the solicitation number for this requirement is FA2823-18-Q-3029. The North American Industry Classification System code (NAICS) is 337127 and the size standard is 500 employees. This acquisition is being solicited as a 100% small business set aside. A firm fixed price contract will be awarded. In accordance with the FAR Subpart 13.106-1(a)(2) offerors are notified that the award will be made to the offer that provides the best value to the government after consideration of the technical, price, and delivery aspects of the offer. DESCRIPTION OF REQUIREMENT: The contractor shall furnish, deliver, and install fixed auditorium style seating to accommodate 214 people with the following specifications: (Suggested Wenger New York Series Upholstered Seat) - Width 21" - Upholstered - End standard w/ arm rest - Plastic seats and backs, State of California technical bulletin 117-2013 (CAL TB117) flammability standard for upholstered furniture, 2 Americans with Disabilities Act (ADA) Swing Arm Seats, Right hand table arms - Pattern & Color: Martini/Coffee, cushioned (back and seat), other similar colors are acceptable, advance approval required for color selection. - Low Back - 35.4" - Brand name or equal is acceptable 214 Ea. Offerors must submit quotations for all items listed. Partial offers will not be considered for award. Quoted price should be valid for 60 days upon RFQ closing date. DELIVERY: FOB destination. 90 Days ADC expedited delivery schedules accepted and encouraged. In accordance with, FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-99, DFARS DPN 20180601, and AFFARS AFAC 2018-0525. The following provisions and clauses are applicable: • FAR 52.204-7, System for Award Management; • FAR 52.212-1, Instructions to Offerors - Commercial; In accordance with, FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. • FAR 52.212-3, Alternate I, Offeror Representations and Certifications: Offerors are reminded that an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. • FAR 52.212-4, Contract Terms and Conditions - Commercial Items; • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items; The following clauses cited within FAR 52.212-5 are applicable:  FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards;  FAR 52.209-6, Protecting The Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment;  FAR 52.219-6, Notice of Total Small Business Set-Aside;  FAR 52.219-14, Limitations on Subcontracting;  FAR 52.219-28, Post-Award Small Business Program Re-representation;  FAR 52.222-3, Convict Labor;  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 52.222-36, Affirmative Action for Workers With Disabilities;  FAR 52.222-50, Combating Trafficking in Persons;  FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving;  FAR 52.225-13, Restrictions on Certain Foreign Purchases;  FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; • FAR 52.232-39, Unenforceability of Unauthorized Obligations; • FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; • FAR 52.233-3, Protest After Award; • FAR 52.247-34, F.O.B Destination; • FAR 52.252-2, Clauses Incorporated by Reference: http://farsite.hill.af.mil/; • 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 Former DoD Officials; • DFARS 252.204-7003, Control of Government Personnel Work Product; • DFARS 252.204-7004 Alt A, System for Award Management (52.204-7) Alt A; • DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; • DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; • DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; • DFARS 252.209-7998 (Dev), Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law: See Class Deviation 2012-O0007, Prohibition against Contracting with Corporations that Have a Felony Conviction, dated March 9, 2012. Contracting officers shall include the provision at 252.209-7998 in all solicitations that will use funds made available by Division H of the Consolidated Appropriations Act, 2012, including solicitations for acquisition of commercial items under FAR part 12, and shall apply the restrictions included in the deviation. This deviation is effective beginning March 9, 2012, and remains in effect until incorporated in the FAR or DFARS or otherwise rescinded. • DFARS 252.211-7003, Item Identification and Valuation; • DFARS 252.223-7008, Prohibition of Hexavalent Chromium; • DFARS 252.225-7001- Buy American Act and Balance of Payments Program; • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; • DFARS 252.225-7048, Export Controlled Items; • DFARS 252.232-7003, Electronic Submission of Payment Requests; • DFARS 252.232-7006 WIDE AREA WORK FLOW PAYMENT INSTRUCTIONS (MAY 2013) • DFARS 252.232-7010, Levies on Contract Payments; • DFARS 252.239-7017, Notice of Supply Chain Risk; • DFARS 252.239-7018, Supply Chain Risk; • DFARS 252.243-7001, Pricing of Contract Modifications; • DFARS 252.244-7000, Subcontracts for Commercial Items; • DFARS 252.247-7023, Transportation of Supplies by Sea; • AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/AFRCO/SMC ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause); • AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances: (a) Contractors shall not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order. [Note: This prohibition does not apply to manufacturing.] (b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.] (End of clause) • AFFARS 5352.223-9001, Health and Safety on Government Installations; To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil Specific Instructions: All offerors are required to complete and submit Class Deviation 2012-0004, attached to this solicitation IAW 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. All offers must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov/portal/public/SAM/. Lack of registration in the SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on Friday 27 July by 1100 CST. Any questions regarding this solicitation must be submitted not later than Friday 20 July by 1100 CST. Any questions submitted after this date may not be answered. Submit any offers or questions to madison.chaney@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/984c7062400188fdc5be9e6cf1a4bfa7)
 
Place of Performance
Address: 1007 Nomad Way Bldg. 1315 Rm. 190, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN04987053-W 20180713/180711231030-984c7062400188fdc5be9e6cf1a4bfa7 (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.