SOLICITATION NOTICE
71 -- Command Post Workstations - Attachments
- Notice Date
- 8/21/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 5 CONS, 165 Missile Avenue, Minot AFB, North Dakota, 58705-5027, United States
- ZIP Code
- 58705-5027
- Solicitation Number
- FA4528-18-Q-TB11
- Archive Date
- 9/11/2018
- Point of Contact
- Trenton H Beavers, Phone: 7017233480, Samuel Lopez, Phone: 7017234182
- E-Mail Address
-
trenton.beavers@us.af.mil, samuel.lopez.4@us.af.mil
(trenton.beavers@us.af.mil, samuel.lopez.4@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Synopsis Solicitation Request for Quote Attachment 01 Statement of Work • 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. 1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued. 2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 and Defense Publication Notice 20180601. 3) The NAICS is 337214, Office Furniture (Except Wood) Manufacturing. This requirement is not on the non-manufacture rule class waiver list posted on www.sba.gov. This acquisition will be set aside for Total Small Businesses. 4) Description: Office workstations and attachments. See Attachment 01, Statement of Work (SOW) for further details. CLIN Description Qty Price Total 0001 Workstations 1 Lot $ $ 0002 Design 1 Lot $ $ 0003 Installation 1 Lot $ $ Total Price $ 5) The following information shall be filled out when submitting a quote: Company Name: Fax Number: Point of Contact (POC): Address: Telephone Number: Discount Terms: SAM Registered: yes/no Small Business: yes/no DUNS #: CAGE #:_________________ Service Disabled Veteran-owned: yes/no Estimated Delivery Date to Minot AFB: Signature/Date of Contractor: 6) Delivery: Bldg. 475, Suites 117 K & E Minot AFB, ND 58705 7) All questions shall be submitted by 24 August 2018, 10:00 AM CST to both POC's listed below. Questions after this time and date will not be considered. 8) Quotes must be valid for 30 days. Quotes shall be provided on this form, signed, dated and submitted by 27 August 2018, 10:00 AM CST to both point of contacts listed below. The Offeror is responsible for ensuring the quote is received by the Government by the due date and time specified above. Failure to send quotes to both POCs or verify receipt of the quote may result in not being considered for award. Primary: trenton.beavers@us.af.mil 701-723-3480 9) For further inquiries, please email the Point of Contacts listed above or the Contracting Officer, TSgt Samuel Lopez at samuel.lopez.4@us.af.mil or at 701-723-4182. The following clauses and provisions applies to this acquisition: FAR 52-212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items: This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) This is a competitive best value acquisition in which 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, considering price and other factors. The Government intends to make award to the offeror with the best value to the Government. The following listed are evaluation factors that shall be used in the evaluation process: 1. Price 2. Technical Capability: Technical Acceptability is achieved when the offeror provides proof that the products meet the minimum standards of Item Descriptions, the stated Delivery Date, and Quality Products (i.e., products brochures and/or products data shall be attached to the price quote) and the offeror can provide and has the appropriate certifications in accordance with applicable federal, state, local, and industry standards. *All offerors shall submit technical description of the products being offered in sufficient detail in addition to the price quote, to evaluate compliance with the requirements in this solicitation. (End of Provision) The following FAR clauses and provisions are applicable to this acquisition: FAR 52.204-7 System for Awards Management FAR 52.204-13 Systems for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-20 Predecessor of Offeror FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.212-3 Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable: 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 Equal Opportunity 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 FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference The following DFARS clauses and provisions cited are applicable to this solicitation: 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 Work Product DFARS 252.204-7004 Alt A System for Award Management DFARS 252.204-7015 Disclosure of information to litigation Support Contractors DFARS 252.232-7003 Electronic Submission of Payments DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments The following AFFARS clauses cited are applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2225ece4c1c06e05d55b63d0b6a13007)
- Place of Performance
- Address: Bldg. 475, Suites 117 K & E, Minot AFB, North Dakota, 58705, United States
- Zip Code: 58705
- Zip Code: 58705
- Record
- SN05049078-W 20180823/180821231720-2225ece4c1c06e05d55b63d0b6a13007 (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 |