Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2018 FBO #6110
MODIFICATION

54 -- Modular Building feat. Office Furniture

Notice Date
8/14/2018
 
Notice Type
Modification/Amendment
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 49 CONS, 490 First Street, Building 29 Suite 2111, Holloman AFB, New Mexico, 88330-7908, United States
 
ZIP Code
88330-7908
 
Solicitation Number
FA4801-18-Q-1090
 
Archive Date
9/5/2018
 
Point of Contact
Alison K. Sowka, Phone: 5755720671, Ryan C Chappell, TSgt, USAF, Phone: 5755727828
 
E-Mail Address
alison.sowka@us.af.mil, ryan.chappell@us.af.mil
(alison.sowka@us.af.mil, ryan.chappell@us.af.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
1 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. The solicitation FA4801-18-Q-1090 is a Request for Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. This requirement is a Women-Owned Small Business Concern set aside. The anticipated award will be a firm-fixed-price contract, the award will be made based on the lowest priced, technically acceptable offer received. Technical acceptability will be evaluated based on quotes compliance with Governments minimum needs as described in the SOW. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular 2005-101, 20 Jul 2018. Provisions and clauses may be obtained via internet at http://farsite.hill.af.mil. The North American Industry Classification System (NAICS) code is 332312. CLIN 0001: Modular Building approx. 7,000 sq ft (no less than 6,000 sq ft) to include the following: ENGINEERING DESIGN & WORK PLAN TO BUILD A 6,000-8,000 SQ FT MODULAR BUILDING, DELIVER TO HOLLOMAN AFB NM, AND SET-UP TO INCLUDE SKIRTING, GUTTERS, STEPS, DECKS, RAMPS (PT WOOD ADA), ELECTRICAL MANIFOLDING & MDP, - PLUMBING MANIFOLDING, FIRE ALARM SYSTEM/MNS, DATA/COMM (136 CAT 6 DROPS), SPRINKLER SYSTEM/W RISER, HVAC TAB, RAISED COMPUTER FLOORING (2,508 S/F--OPTIONAL), LIGHTNING PROTECTION, FINAL CLEAN/DUMPSTERS, AND SITE SUPER. BONDING, IF REQUIRED. NMGRT TAX & LABOR COSTS INCLUDED. Must comply IAW attached SOW and layout for connections. QTY: 1 EA CLIN 0002: Office Furniture; OFFICE FURNITURE REQUIREMENTS TO INCLUDE DELIVERY, INSTALLATION & TAXES of the following: 20 CLASSROOM DESKS (TWO-STUDENT TYPE, accommodate 40), L-SHAPED MODULAR DESKS WITH HUTCH, OFFICE CHAIRS FOR EACH MODULAR DESK, & 2 PODIUMS. Must comply IAW attached SOW. QTY: 1 EA All items shall be delivered FOB Destination to Holloman AFB, NM 88330. PROVISIONS/CLAUSES: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, 20 Jul 2018. The below provisions and clauses may be obtained via internet at http://farsite.hill.af.mil. The provision at FAR 52.212-1, Instruction to Offerors Commercial Items (Jan 2017) applies to this acquisition. The following addenda are provided to this provision: Quotes submitted shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, Expected Delivery Date, CAGE code, DUNS number, Tax ID number and acknowledgment of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. 52.212-2, Evaluation -- Commercial Items. (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 2 __ Technically acceptable IAW the attached SOW and connections layout documents______ __Price ____________________________________ (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following FAR provisions and clauses are applicable to this solicitation: FAR 52.204-7, System for Award Management (OCT 2016) FAR 52.204-13, System for Award Management Maintenance (OCT 2016) FAR 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016) FAR 52.204-18, Commercial and Government Entity Code Reporting (JUL 2016) FAR 52.211-6, Brand Name or Equal (AUG 1999) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (NOV 2017) FAR 52.212-4, Contract Terms and Conditions - Commercial Items (JAN 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items (Deviation 2013-O0019) FAR 52.232-23 Assignment of Claims (APR 1984) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) The following DFARS provisions and clauses are applicable to this solicitation: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights (SEP 2013) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011) DFARS 252.204-7004 Alt A, System for Award Management (FEB 2014) DFARS 252.204-7011, Alternative Line Item Structure (SEP 2011) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (OCT 2016) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (DEC 2017) DFARS 252.225-7048, Export-Controlled Items (JUNE 2013) DFARS 252.232-7003, Electronic Submission of Payment Request and Receiving Reports (JUN 2012) DFARS 252.232.7010, Levies on Contract Payments (DEC 2006) DFARS 252.244-7000, Subcontracts for Commercial Items (JUN 2013) The following AFFARS provisions and clauses are applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman (JUN 2016) 5352.201-9101 Ombudsman (JUN 2016) (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. 3 (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: Lieutenant Colonel Aaron D. Judge 114 Thompson Street, Building 586, Room 129 Langley AFB, VA 23665 Phone: 757-764-5372 Email: aaron.judge@us.af.mil 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) DFARS 252.232-7006, WAWF Payment Instructions (MAY 2013) a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for selfregistration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web- Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data 4 Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract. Document type. The Contractor shall use the following document type(s). Invoice and Receiving Report (Combo) (1) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. N/A (2) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC F87700 Issue By DoDAAC FA4801 Admin DoDAAC FA4801 Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (3) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (4) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. (g) WAWF point of contact. b) Buyer: alison.sowka@us.af.mil c) Contracting Officer: ryan.chappell@us.af.mil d) Alternate POC: robert.widdoss.1@us.af.mil (h) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. See Buyer Above (i) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. 5 (End of clause) Objective: Invitation to quote price for commercial items. The 49th Contracting Squadron is interested in possibly purchasing commercial items from your company. Please quote your unit price together with your discount for volume purchasing. You MUST also indicate: - Delivery time from receipt of our purchase order to receipt of your shipment; this time frame will be a condition of any purchase order made. - If delivery costs are not included in your quote please state clearly otherwise we will assume they are included and cost will not be added to contract. All price quotations must be firm and state any expiration dates if applicable. This document and any applicable attachments must be returned to Government Point of Contact by email. Please sign the below as confirmation of your understanding of the terms and conditions outlined. Name Title Signature Date ___________________ Points Of Contact Contract Administrator: Alison K. Sowka, A1C, USAF Telephone: (575) 572-0671 Email: alison.sowka@us.af.mil Contracting officer: Robert Widdoss Telephone: (575) 572-3575 Email: robert.widdoss.1@us.af.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. Questions in regards to this solicitation are due no later than 1600h (04:00 p.m.) Mountain Standard Time by 10 August 2018. 6 Response Time- Request for Quotation will be accepted by email to either point of contact listed above not later than 1000h (10:00 a.m.) Mountain Standard Time on 30 August 2018. All quotes must be marked with RFQ number and title as well as the following information: Offeror Name: Offeror Address: Offeror Point of Contact: POC Phone: POC Email: Vendor Code: Cage/DUNS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/49CONS/FA4801-18-Q-1090/listing.html)
 
Place of Performance
Address: Holloman AFB, Alamogordo, New Mexico, 88330, United States
Zip Code: 88330
 
Record
SN05036837-W 20180816/180814231548-883cefae4804063b2728d21bd6c6039b (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.