Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2019 FBO #6439
SOLICITATION NOTICE

71 -- 184 ISRG Furniture Replacement

Notice Date
7/9/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
52955 JAYHAWK DRIVE, SUITE 153 McCONNELL AFB KS 67221-9013
 
ZIP Code
67221-9013
 
Solicitation Number
W912JC-19-Q-5004
 
Response Due
8/8/2019
 
Point of Contact
Gary L. Owens, Contract Specialist, Phone 316-759-7589, - Darin L Brun, Contracting Specialist, Phone 3167597591, Fax 3167597588
 
E-Mail Address
gary.l.owens36.civ@mail.mil, darin.l.brun.civ@mail.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02TA. The NAICS is 337214, Furniture (except wood), office-type, padded, upholstered, or plain, manufacturing. The Small Business Size Standard for this NAICS code is 1000 Employees. This will be a total small business set-aside. Delivery: 60 Days ADC Description: Building 37 Furniture Replacement Please review the attached Statement of Objectives and Floor Re-Configuration Chart for an extended description of this requirement. CLIN Description 0001 Ergonomic Operations Furniture List of Attachments: a) Attachment I, Statement of Objectives b) OPS Floor Re-Configuration Chart c) Insurance Requirements d) Real-ID Instructions All questions are due by 01 August 2019 @ 1500 CST to POC's listed below. Quotes shall be provided, signed, dated and submitted by 08 August 2019 @ 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 foraward. Primary: Gary L. Owens: gary.l.owens36.civ@mail.mil Alternate: Darin L. Brun: darin.l.brun.civ@mail.mil Award will be made to the responsible bidder whose quote conforms to the RFQ and is most advantageous to the Government considering price, past performance and technical capability. Quotes must include a description of the desks that you are providing to include but not limited to: specification sheets, drawings, or any pertinent information that will allow the government to evaluate the item you have proposed. Quotes received that do not have adequate specifications will not be considered for award. In order to assist in your past performance evaluation, please provide a minimum of two relevant references with a point of contact that can be reached. The following FAR clauses and provisions are applicable to this acquisition: 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.212-1 Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items--Alternate I 52.209-7 Information Regarding Responsibility Matters 52.209-12 Certification Regarding Tax Matters 52.222-56 Certification Regarding Trafficking in Persons Compliance Plan 52.228-5 Insurance-Work on a Government Installation The following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government 52.204-10 Reporting on Subcontracting Awards 52.209-6 Protecting Government's Interest 52.219-14 Limitations on Subcontracting 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights FAR 52.222-50 Combating Trafficking in Persons 52.222-54 Employment Eligibility 52.222-55 Minimum Wages Under Executive Order 13658 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer FAR 52.228-5 Insurance -- Work on a Government Installation 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 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: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.211-7003 Item Unique Identification and Valuation 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.211-7006 Passive Radio Frequency Identification 252.211-7008 Use of Government-Assigned Serial Numbers 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7007 Notice of Intent to Resolicit 252.215-7008 Only One Offer 252.219-7003 Small Business Subcontracting Plan (DoD Contracts)--Basic 252.219-7003 Small Business Subcontracting Plan (DoD Contracts)--Alternate I 252.219-7004 Small Business Subcontracting Plan (Test Program) 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American--Balance of Payments Program Certificate--Basic 252.225-7000 Buy American--Balance of Payments Program Certificate--Alternate I 252.225-7012 Preference for Certain Domestic Commodities 252.225-7021 Trade Agreements--Basic 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism 252.227-7013 Rights in Technical Data--Noncommercial Items 252.227-7015 Technical Data--Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items 252.246-7003 Notification of Potential Safety Issues 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations 252.246-7008 Sources of Electronic Parts 252.247-7022 Representation of Extent of Transportation by Sea NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (09-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/NGB/DAHA14-2/W912JC-19-Q-5004/listing.html)
 
Place of Performance
Address: McConnell, AFB Wichita, KS
Zip Code: 67221
Country: US
 
Record
SN05363983-F 20190711/190709230046 (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.