Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2018 FBO #6088
MODIFICATION

72 -- Clear Air Force Station Dorm Furniture - Amended Furnishing List

Notice Date
7/23/2018
 
Notice Type
Modification/Amendment
 
NAICS
442110 — Furniture Stores
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 354 CONS, 2310 Central Ave, Bldg 2258, Eielson AFB, Alaska, 99702, United States
 
ZIP Code
99702
 
Solicitation Number
FA5004-18-Q-0032_ClearAFS_DormFurnish
 
Archive Date
8/17/2018
 
Point of Contact
Nicholas Rogers, Phone: 9073772907, Joshua R Houseworth, Phone: 907-377-3328
 
E-Mail Address
nicholas.rogers.13@us.af.mil, joshua.houseworth@us.af.mil
(nicholas.rogers.13@us.af.mil, joshua.houseworth@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 3 Furnishing List amended AMENDMENT 1 revises attachment 3. Please see amended Furnishing List. COMBINED SYNOPSIS/SOLICITATION ‘COMBO' Clear Air Force Station Dorm Furniture (i)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; quotes are being requested and a written solicitation will not be issued. (ii)Solicitation FA5004-18-Q-0032 is a Request for Quotation (RFQ). (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98, effective 1 May 2018. The DFARS provisions and clauses are those in effect to DPN 20171228, effective 28 Dec 2017. The AFFARS provisions and clauses are those in effect to AFAC 2017-1003, effective 03 Oct 2017. (iv)*****Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. 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.***** (v)This requirement is solicited as a 100% total small business set aside. The North American Industrial Classification System (NAICS) code associated with this procurement is 442110 with a small business size standard of 500 Employees. (vi)The Pricing Schedule is incorporated as Attachment 1. Vendors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo. (vii)The government intends to award a firm-fixed price contract for the following: Attachment 1: Pricing Schedule Attachment 2: Statement of Work Attachment 3: Furnishing List Attachment 4: Case Good Specifications Attachment 5: Dayrooms Attachment 6: Removal List (viii)Delivery shall be FOB Destination. Contractor shall include delivery schedule information on the Pricing Schedule, Attachment 1. All items shall be delivered to: Clear Air Force Station, Alaska 99744 (ix)FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jan 2017) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum: 1.The following words stating "offer", "offeror", and "proposal" are replaced with "quotation", "vendor", and "quote". 2.To assure timely and equitable evaluation of the proposal, the vendors must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. 3.Specific Submission Instructions: Price / Technical Acceptability - Contractor shall submit one (1) copy of Price Schedule (Attachment 1) and any pertinent technical information such as product specifications. 4.Award will be made to the vendor whose quote is conforming to the solicitation and is determined to be the lowest price technically acceptable. Technical Acceptability, at a minimum, is defined as meeting all of the criteria and specifications as shown in all attachments. Price and technical acceptability will be considered. (x)FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below: (a)The Government will award a contract resulting from this solicitation to the responsible vendors whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i)Price (ii)Technical (b)Price and technical acceptability will be considered. The Government intends to evaluate quotes and award without discussion, but reserves the right to conduct discussions. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. The lowest priced quote will be evaluated for technical acceptability. If the quote is found technically acceptable, award will be made without further consideration. If it is found technically unacceptable, the Government will evaluate the next lowest quote for technical acceptability until award can be made to the lowest priced technically acceptable vendor. Therefore, the vendor's initial quote should contain the vendor'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. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c)This will be a lowest price technically acceptable purchase. Technical acceptability - at a minimum, is defined as meeting the following criteria: Minimum Qualifications: Contractor must be able to provide the products/services in accordance with this solicitation and all attachments. Item in this solicitation shall be: *****Products/services conforming to the requirements in the Statement of Work and all attachments.***** (d)A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (xi)Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Apr 2016), are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. FAR 52.204-7 FAR 52.204-7System for Award ManagementOct 2016 FAR 52.204-10Reporting Executive Compensation and First-Tier Subcontract AwardsOct 2016 FAR 52.204-16Commercial and Government Entity Code ReportingJul 2016 FAR 52.204-18Commercial and Government Entity Code MaintenanceJul 2016 FAR 52.204-19Incorporation by Reference of Representations and CertificationsDec 2014 FAR 52.209-10Prohibition on Contracting With Inverted Domestic CorporationsNov 2015 FAR 52.219-6Notice of Total Small Business Set-AsideNov 2011 FAR 52.219-28Post-Award Small Business Program RepresentationJul 2013 FAR 52.222-3Convict LaborJun 2003 FAR 52.222-19Child Labor -- Cooperation with Authorities and RemediesOct 2016 FAR 52.222-21Prohibition of Segregated FacilitiesApr 2015 FAR 52.222-26Equal OpportunitySep 2016 FAR 52.222-36Affirmative Action for Workers With DisabilitiesJul 2014 FAR 52.222-50Combating Trafficking in PersonsMar 2015 FAR 52.223-18Encouraging Contractor Policies to Ban Text Messaging While DrivingAug 2011 FAR 52.225-3Buy American Act--Free Trade Agreements--Israeli Trade ActMay 2014 FAR 52.225-3 Alt IIBuy American Act--Free Trade Agreements--Israeli Trade ActMay 2014 FAR 52.225-13Restrictions on Certain Foreign PurchasesJun 2008 FAR 52.232-33Payment by Electronic Funds Transfer--System for Award ManagementJul 2013 FAR 52.232-39Unenforceability of Unauthorized ObligationsJun 2013 FAR 52.232-40Providing Accelerated Payments to Small Business SubcontractorsDec 2013 FAR 52.233-3Protest After AwardAug 1996 DFARS 252.203-7002Requirement To Inform Employees Of Whistleblower RightsSep 2013 DFARS 252.203-7005Representation Relating To Compensation Of Former Dod OfficialsNov 2011 DFARS 252.204-7008Compliance With Safeguarding Covered Defense Information ControlsOct 2016 DFARS 252.204-7011Alternative Line-Item StructureSep 2011 DFARS 252.204-7012Safeguarding Covered Defense Information and Cyber Incident ReportingOct 2016 DFARS 252.204-7015Disclosure Of Information To Litigation Support ContractorsMay 2016 DFARS 252.223-7008Prohibition Of Hexavalent ChromiumJun 2013 DFARS 252.225-7001Buy American And Balance Of Payments Program-- BasicDec 2017 DFARS 252.225-7002Qualifying Country Sources As SubcontractorsDec 2017 DFARS 252.225-7048Export-Controlled ItemsJun 2013 DFARS 252.232-7003Electronic Submission Of Payment Requests And Receiving ReportsJun 2012 DFARS 252.232-7006Wide Area Workflow Payment InstructionsMay 2013 DFARS 252.232-7010Levies On Contract PaymentsDec 2006 DFARS 252.244-7000Subcontracts For Commercial ItemsMay 2014 DFARS 252.247-7023Transportation Of Supplies By Sea--BasicApr 2014 AFFARS 5352.201-9101OmbudsmanJun 2016 AFFARS 5352.223-9001Health And Safety On Government InstallationsNov 2012 AFFARS 5352.242-9000Contractor Access To Government InstallationsNov 2012 (xii)The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015), is hereby incorporated by reference, with the same force and effect as if it were given in full text. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Mar 2016), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition: (xiii)Options- N/A (xiv)No Defense Priorities and Allocations System (DPAS) assigned rating applies to this acquisition. (xv)NOTICE TO ALL INTERESTED PARTIES: Questions shall be submitted electronically via email to SSgt Nicholas Rogers at nicholas.rogers.13@us.af.mil & TSgt Joshua Houseworth at joshua.houseworth@us.af.mil. Questions are due by 26 July 2018 and shall be posted on the GPE on or around 24 May 2018. Quotes are due no later than 2PM Alaska Standard Time on 2 Aug 2018. Quotes shall include the following: a)Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative. b)Part 2- Price - Submit one (1) copy of price schedule as well as any additional pertinent information BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable quote. (xvi) Quotations shall be submitted electronically via email to SSgt Nicholas Rogers at nicholas.rogers.13@us.af.mil & TSgt Joshua Houseworth at joshua.houseworth@us.af.mil. For information regarding this solicitation, contact the same. List of Attachments: •Attachment 1: Pricing Schedule •Attachment 2: Statement of Work •Attachment 3: Furnishing List •Attachment 4: Case Good Specifications •Attachment 5: Dayrooms •Attachment 6: Removal List
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/354CONS/FA5004-18-Q-0032_ClearAFS_DormFurnish/listing.html)
 
Place of Performance
Address: Clear Air Force Station, Clear AFS, Alaska, 99744, United States
Zip Code: 99744
 
Record
SN05002211-W 20180725/180723230719-6f9b4dd08a5dd8047d96fb7b8c4c172d (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.