Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
SOLICITATION NOTICE

71 -- Office Furniture - Solicitation Package

Notice Date
9/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 18 CONS - Kadena, Unit 5199, Kadena AB, APO Japan, 96368-5199
 
ZIP Code
96368-5199
 
Solicitation Number
FA500018Q0231
 
Archive Date
10/5/2018
 
Point of Contact
Matthew S. Tsueda, Phone: 7095520544
 
E-Mail Address
Matthew.Tsueda@us.af.mil
(Matthew.Tsueda@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachments #4 - Floor Plan (With Measurements) Attachment #3 - Statement of Work Attachment #2 - Salient Charecteristics Attachment #1 - Pricing Schedule Combo Combined Synopsis/Solicitation For CPF Furniture •1. This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in 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. •2. This solicitation is issued as a request for quote (RFQ) IAW Far Part 13. •3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100 - 22 Aug 2018; DPN 20180824 - 24 Aug 2018; and AFAC 2018-0525- 25 May 2018. •4. The North American Industry Classification System (NAICS) code for this solicitation is 337214- Scale and Balance Manufacturing. This requirement is solicited as a Total Small Business Set Aside set aside. •5. The 673rd Contracting Squadron has a Brand Name or Equal requirement to purchase Office Furniture for Joint Base Elmendorf Richardson. Prospective contractors shall use the Attachment 1, Pricing Schedule that includes all contract line item numbers, descriptions, quantities, units of issue, unit prices, and extended prices. The Government intends to award a single Firm Fixed Price contract resulting from this solicitation. •6. Delivery and acceptance will be FOB (free on board) Destination to the following address: Bldg 8517, RM 208, Suite 200, JBER, Alaska, 99506 •7. No additional contract requirements apply to this acquisition. •8. This acquisition does not require a Defense Priorities and Allocations System (DPAS) rating. •9. NOTICE TO ALL INTERESTED PARTIES: Questions shall be submitted by 18 Sep 2018 to: Matthew.Tsueda@us.af.mil •10. Quotes are due no later than 2:00 p.m. Alaska Time on 19 Sep 2018 and must be submitted to the POC listed below. •11. The POC for this solicitation is: SrA Tsueda, Matthew.Tsueda@us.af.mil, (907) 552-3053. •12. A SITE VISIT WILL BE CONDUCTED ON 18 SEPTEMEBER 2018. INTERESTED PARTIES SHAL MEET CONTRACTING PERSONEL AT THE BONIFACE AT 0800 HOURS. •13. The clause at FAR 52.212-1, Instructions to Offerors -- Commercial Items, 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: 52.212-1 Addenda: All references to offeror and offer are hereby changed to quoter and quote respectively. All prospective contractors must submit a fully completed attachment 1 and all data required in paragraph 13 by the time specified in paragraph 10 to the person identified in paragraph 11. Quotes must remain good through 30 September 2018. Prospective contractors that do not submit quotes by the deadline in paragraph 10 may be deemed ineligible for award. The Government may accept late quotes if determined to be in the Governments best interest. Formal debriefings will not be given, however total award amount and awardee will be released if requested. Prospective contractors must be registered in the System for Award Management (SAM) ( https://sam.gov/portal ), and the registration must be active by the date specified in paragraph 10. Prospective contractors who are not SAM registered or have a registration that is inactive may be deemed ineligable for award. •14. The clause at FAR 52.212-2, Evaluation-Commercial Items, is not incorporated in this solicitation. In accordance with FAR Subpart 12.301(c), and FAR Subpart 13.106-2(b) the award decision will be based on the evaluation criteria listed below: Award will be made to the responsible contractor with the lowest priced quote that meets all the required salient characteristics listed in Attachment 2. The contractor is responsible for providing a completed Attachment 1 along with product data on the item(s) being quoted. The product data must be detailed enough for the Government to clearly determine that the item(s) meet the salient characteristics listed in Attachment 2. Any contractor that does not provide product data that is detailed enough to determine the item(s) meet the requirements in Attachment 2 may be deemed ineligible for award. •15. Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items, are updated at www.sam.gov. Failure to obtain SAM registration may result in submissions not being considered for award. •16. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, is hereby incorporated by reference, with the same force and effect as if it were given in full text. •17. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items, is hereby incorporated by reference, with the same force and effect as if it were given in full text. following selected clauses apply to this acquisition: For Commercial Items: XX (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). XX (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). XX (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). XX (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). XX (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). XX (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). XX (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). XX (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). XX (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). XX (49) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). XX (55) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). FAR 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.211-7003 Item Unique Identification and Valuation (Mar 2016) 252.223-7008 Prohibition of Hexavalent Chromium. (Jun 2013) 252.225-7000 Buy American--Balance of Payments Program Certificate. (Nov 2014) Is 252.225-7001 Buy American and Balance of Payments Program. (Dec 2017) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7006 Wide Area WorkFlow Payment Instructions. (May 2013) 252.232-7010 Levies on Contract Payments. (Dec 2006) 252.244-7000 Subcontracts for Commercial Items. (Jun 2013) AFFARS 5352.201-9101 Ombudsman (Jun 2016) AFICA/KH (Chief Enlisted Manager) 25 E Street, Suite B-100 JBPH-H, HI 96853-5427 Phone: (808) 449-8569 FAX: (808) 449-8571 ATTACHMENTS : Attachment #1 - Pricing Schedule Attachment #2 - Salient Characteristics Attachment #3 - Statement of Work Attachment #4 - Floor Plan (with measurements)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/18CONS/FA500018Q0231/listing.html)
 
Place of Performance
Address: Bldg 8517, Rm 208, Suite 200, JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN05087003-W 20180915/180913230939-5136b3d8e254a2c7fd40c8d42f414d93 (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.