Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2019 SAM #6579
SOLICITATION NOTICE

71 -- Modular Office Furniture

Notice Date
12/2/2019 1:34:21 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
FA8136 AFSC PZIOB TINKER AFB OK 73145 USA
 
ZIP Code
73145
 
Solicitation Number
F3YCEB9084A102
 
Response Due
12/18/2019 11:00:00 AM
 
Archive Date
01/02/2020
 
Point of Contact
Thomas Prospere Jr, Phone: 4057394043, Gene Wahweah, Phone: 4057395397
 
E-Mail Address
thomas.prospere@us.af.mil, gene.wehweah@us.af.mil
(thomas.prospere@us.af.mil, gene.wehweah@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation(IAW FAR 12.603)Solicitation Number: F3YCEB9084A102Office FurnitureThis is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number F3YCEB9084A102 is being issued as a request for quotation.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05This acquisition is issued as a,100% Small Business Set-Aside. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The North American Industry Classification System (NAICS) code is 337215.CLIN #Part Number/NounQuantityUnitUnit PriceDelivery Schedule0001-AAHON Preside Table Typical, Brand Name or EqualPart Number: HTLC4272HCTP2Each0002-AAHON Empower Task Chairs Brand Name or EqualPart Number: HIWM218Each0003-AAHON Voi Task Stools Brand Name or EqualPart Number: HITS56Each0004-AAHON Preside Table Stools Brand Name or EqualPart Number: HMG712Each0005-AAHON Voi Typical Modular Office Furniture PackageBrand Name or EqualSee attached item description for components listing3SE0006-AAHON Empower Typical Office Furniture PackageBrand Name or EqualSee attached item description for components listing3SETotal Price: Contract Line Items (CLINs): Note: All CLINs are Firm Fixed Price (FFP)The Contractor shall: Cover all cost associated with all product and labor required for packaging, shipping and handling from vendor facility to Tinker AFB, Ok. Replace at no cost to the government any damaged materials or suppliesto unit before completion. Provide all documentation regarding shipment tracking, receiving reports, invoices and completion of order letter. Delivery Information:SHIP TO ADDRESS F3YCEBBldg. 3001 Staff DriveTINKER AFB OK 73145FOB: Destination Inspection and Acceptance:Inspection and acceptance of the system will be performed at the place of performance.Competition Requirement:100% Small Business Set-AsideNAICS Code: 337214Size Standard:1000 Employee’sPayment Information: Payments shall be made for items accepted by the Government that have been delivered to the delivery destination.NOTE: Offers requiring advanced or progress payments do not meet the term and conditions of this solicitation.Required Registration by all Contractors: In order to do business with the government, it is mandatory per Federal Acquisition Regulation (FAR) 52.212-3, Offeror Representations and Certifications - Commercial Items, which all offerors must be registered with: System for Award Management (SAM) (www.sam.gov)NOTE: Contact the POC on the website for information and guidance regarding these registrations Terms and Conditions; The following clauses are included but not limited to: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower RightsFAR 52.204-19 Incorporation by Reference of Representations and CertificationsFAR 52.212-1 Instructions to Offerors - Instructions to Offerors -- Commercial, applies to this acquisition.FAR 52.212-2 Evaluation Commercial items, Evaluation -- Commercial Items, 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 past performance considered.Any offeror must include a completed copy of the provision, FAR 52.212-3, Offeror Representations and Certifications. The government will award to the contractor who will be most advantageous to the government price and past performance.FAR 52.212-4 Contract Terms and Conditions -- Commercial Items, applies to this acquisition.FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders—Commercial Items, applies to this acquisition.The following clauses within 52.212-5 are included but not limited to:52.204-10, Reporting Executive Compensation and First-Tier Subcontract52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment .52.219-28, Post Award Small Business Program Representation52.222-3, Convict Labor52.222-19, Child Labor—Cooperation with Authorities and52.222-21, Prohibition of Segregated Facilities52.222-26, Equal Opportunity52.222-50, Combating Trafficking in Persons52.223-18, Encouraging Contractor Policies to Ban Text Messaging While52.219-9, Small Business Subcontracting Plan52.247-34 F.O.B. Destination52.252-2 Clauses Incorporated by ReferenceThe following DFARS clauses are included but not limited to:252.203-7000 Requirements Relating to Compensation of Former DoD Officials252.203-7002 Requirements to Inform Employees of Whistleblower Rights252.204-7004 Alt-A System for Award Management Alternate A252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting252.211-7003 Item Unique Identification and Valuation252.232-7003 Electronic Submission of Payment Requests & Receiving Reports252.232-7006 Wide Area Workflow Payment InstructionsThe following AFFARS are included but not limited to:5352.201-9101, OmbudsmanStandard Commercial warranties apply.Evaluation of Proposals: All offeror’s responses will be evaluated in accordance with FAR clause 52.212-2, Evaluation of Commercial Items. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13.5, Simplified Acquisition Procedures. The following factors shall be used to evaluate offers:(1) Price: award will be made to the lowest priced technically acceptable (LPTA) offeror.Contact InformationQuotations are due: 18 December 2019by 1:00 PM Central Standard Time (CST). Contact the following individual for information regarding this solicitation:A1C Thomas Prospere Jr (405) 739-4043Contact SpecialistThomas.prospere@us.af.milNOTE: Emailed proposals are preferred
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ca396ff43ce34ec0939486f858f1191a/view)
 
Place of Performance
Address: OK-01, OK 73145, USA
Zip Code: 73145
Country: USA
 
Record
SN05506827-F 20191204/191204045515 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.