Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

71 -- FF&E at MWSS Building, AAFB, Guam

Notice Date
9/15/2020 6:31:17 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
NAVFAC ENGINEERING COMMAND MARIANAS FPO AP 96540-2937 USA
 
ZIP Code
96540-2937
 
Solicitation Number
N4019220Q3006
 
Response Due
9/17/2020 5:00:00 PM
 
Archive Date
10/02/2020
 
Point of Contact
Angela Santos, Phone: 6713558817, JoAnnelle Nededog-Flores, Phone: 6713558060
 
E-Mail Address
angela.santos@fe.navy.mil, joannelle.nededog-fl@fe.navy.mil
(angela.santos@fe.navy.mil, joannelle.nededog-fl@fe.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION Amendment 0003:�16�September 2020 - Pre-Proposal Inquiry No.3�posted (see file N4019220Q3006_0003 and N4019220Q3006_Appendix 07�- Drawings). Due date exended to 18 September 2020 by 10:00 A.M. Guam Standard Time. Amendment 0002:�11�September 2020 - Pre-Proposal Inquiry No.2�posted (see file N4019220Q3006_0002) Amendment 0001: 08�September 2020 - Pre-Proposal Inquiry No.1 posted (see file N4019220Q3006_0001) Solicitation Date: 04 September 2020 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, �Streamlined Procedures for Evaluation and Solicitation for Commercial Items,� as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and hard copies of the solicitation document will not be issued.�� This Request for Quotation (RFQ) is for solicitation number is N40192-20-Q-3006. �This acquisition will result in the award of a Firm Fixed Price (FFP) purchase order for the procurement of cubicle workstations and furniture items for Marine Corps Base Camp Blaz Public Works Department (MCBCB PWD) temporary facilities located at North Ramp Andersen Air Force Base (AAFB), Yigo, Guam in accordance with Statement of Objectives (SOO), Appendix 01 and Floor Plan, Appendix 02. The government intends to make one (1) award from this solicitation.� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07. Classification Code: The associated North American Industrial Classification System (NAICS) code for this procurement is 337214, Office Furniture (except Wood) Manufacturing, with a small business size standard of 1,000 employees. Set-Aside: The proposed acquisition is a competitive Total Small Business Concerns Set-Aside. The Government will only accept offers from eligible Total Small Business Concerns. Contracting Office: Naval Facilities Engineering Command Marianas, Marine Corps Base Camp Blaz (MCB CB), Public Works Department (PWD) Facilities Support Contracting, PSC 455, BOX 195 APO FP� 96540-2937. Point of Contacts are Angela Santos, Angela.Santos@fe.navy.mil, 671-355-8817 and JoAnnelle Nededog-Flores, Joannelle.Nededog-Fl@fe.navy.mil, 671-355-8060. Place of Performance: Bldg. 40021 MWSS and Bldg. 44012 GSE Facility, North Ramp, Andersen Air Force Base (AAFB), Yigo, Guam. Delivery and Installation: No later than 06 January 2021. Proposal Due Date and Delivery Information: Proposals are due no later than 10:00 a.m. Chamorro Standard Time (ChST), September 18, 2020. Only electronic quotations will be accepted. Send quotations to Angela M. Santos, angela.santos@fe.navy.mil. NOTE: The offeror is advised to request a confirmation of receipt to ensure the mail recipient receives the electronic submission. Questions, Amendments, and Notices: 1) Questions regarding the solicitation shall be submitted using Appendix 03 � Pre-Proposal Inquiry (PPI) via electronic mail to angela.santos@fe.navy.mil no later than 10 September 2020 by 12:00 P.M., Chamorro Standard Time (ChST). Verbal queries will not be entertained. E-mail subject should be PPI for RFQ N40192-20-Q-3006, followed by the offeror�s corporate name. NOTE: The offeror is advised to request a confirmation of receipt to ensure the mail recipient receives the electronic submission. 2) Changes to the solicitation will only be made through issuance of amendments. Appendixes: Appendix 1 � Statement of Objective (SOO) Appendix 2 � Floor Plan Appendix 3 � Pre-Proposal Inquiry (PPI) Form Appendix 4 � Price � Schedule � Contract Line Item Numbers (CLINS) Appendix 5 � FF&E List MCBCB PWD Appendix 6 � Past Performance Questionnaire (PPQ) Appendix 7 - Drawings CLAUSES: The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browsefar The following solicitation clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018 52.212-4 Addendum: 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment JUN 2020 52.211-17 Delivery of Excess Quantities SEP 1989 52.247-34 F.O.B. Destination NOV 1991 (End of Addendum) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2020) inclusive of: �(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: �52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements�(Jan 2017)� �52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities�(Jul 2018)� �52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.�(Aug 2020)� �52.209-10, Prohibition on Contracting with Inverted Domestic Corporations�(Nov 2015). �52.233-3, Protest After Award�(Aug 1996)�(31�U.S.C.�3553). �52.233-4, Applicable Law for Breach of Contract Claim�(Oct 2004) ����(b)�The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). X (11)(i) 52.219-6, Notice of Total Small Business Set-Aside (MAR 2020)(15 U.S.C. 644) X (16) 52.219-8, Utilization of Small Business Concerns (OCT 2018) (15 U.S.C. 637(d)(2) and (3)). X (19) 52.219-14, Limitations on Subcontracting (MAR 2020) (15 U.S.C. 637(a)(14)). X (22) (i) 52.219-28, Post Award Small Business Program Rerepresentation (MAY 2020) (15 U.S.C. 632(a)(2)). X (26) 52.219-33, Nonmanufacturer Rule (MAR 2020) (15 U.S.C. 637(a)(17)). X (27) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). X (28) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126). X (35)(i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). X (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513). X (48) 52.225-1, Buy American-Supplies (May 2014)(41 U.S.C. chapter 83) X (51) 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). X (1) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). X (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 52.212-5 Addendum: 52.203-3 Gratuities APR 1984 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2019 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.239-7018 Supply Chain Risk FEB 2019 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.247-7023 Transportation of Supplies by Sea FEB 2019 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) (End of Addendum) --- End of Clauses --- PROVISIONS: The following solicitation provisions apply to this acquisition: 52.212-1 Instructions to Offerors--Commercial Items JUN 2020 52.212-1 Addendum: 52.204-16 Commercial and Government Entity Code Reporting AUG 2020 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism DEC 2018 252.247-7022 Representation of Extent of Transportation by Sea. JUN 2019 PROPOSAL SUBMITTAL INSTRUCTIONS A. BASIS OF AWARD 1. The Government reserves the right to eliminate from consideration for award any or all offers at any time prior to award of the contract; to negotiate with offerors in the competitive range; and to award the contract to the offeror submitting the lowest priced, technically acceptable offer. 2. Government intends to evaluate quotations and award a purchase order without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government may reject any or all offers if such action is in the public�s interest; accept other than the lowest offer, and waive informalities and minor irregularities in offers received. 3. The number of proposals to be evaluated may be limited to the lowest priced offer at the discretion of the contracting officer. If the number of quotations are limited, the lowest priced technical offer shall be provided to the evaluator(s) without any identification of price. If the lowest priced offer is not found to be technically acceptable then the next lowest priced offer shall be evaluated. The process described will be conducted again as many times as necessary until such time the Government identifies a technically acceptable quote. 4. The quotation must set forth full, accurate and complete information as required by the solicitation. The Government will rely on such information in the award of a purchase order. By submission of the quote, the vendor agrees that all items quoted will be utilized for the duration of the contract and any substitutions shall require prior Contracting Officer�s approval. B. EVALUATION FOR AWARD 1. Offeror shall submit complete and accurate information. The Government may elect not to request additional information to perform the evaluation. Evaluation will be based only on price, technical specification, and past performance, therefore award will be based on the lowest priced technically acceptable offer. 2. Evaluation Factors The following evaluation factors shall be used to evaluate the price and non-price quotes. Please include as much detail as possible for technical evaluation consideration and analysis. Quotes will be evaluated based on the following: Factor 1: Price Factor 2: Technical Specifications Factor 3: Past Performance a. FACTOR 1: PRICE Submittal Requirements: At a minimum, the Price shall be provided in five (5) parts as follows: Name title, e-mail address, phone, and facsimile number of the person or persons authorized to negotiate and bind your firm and/or address proposal clarifications; Complete Price � Schedule � Contract Line Item Numbers (CLINS), Appendix 04 Confirmation of completed Representations/Certification (FAR & DFARS Report) in SAM Acknowledgement of all amendments, if applicable. Joint Venture Agreement, if applicable Basis of Evaluation: The Government will evaluate price based on the total price. Total price consists of the basic requirements and shipping. Analysis of price will be performed to ensure a fair and reasonable price. Price analysis will include one or more of the following: Comparison of quotation in response to solicitation; Comparison of quotation to historical prices paid; Comparison of quotation with published price listing, market prices, similar indexes, and discount or rebate arrangements; Comparison of quotation to Government cost estimates; b. FACTOR 2: TECHNICAL SPECIFICATION Submittal Requirements: At a minimum, the Technical Specification shall include exactly what the seller is bidding (including make, model, and description) using Appendix 05 � FF&E List MCBCB PWD, for the quote to be considered. Sellers must demonstrate how they will meet the installation date and include catalog cuts of all offered items. Basis of Evaluation: The assessment of the technical specifications will be used as a means of evaluating the capability and quality of the offeror�s quote. Evaluators will determine the Offeror�s compliance with the requirements of the Statement of Objective (SOO), Appendix 01 and Floor Plan, Appendix 02. Evaluators will also review Offeror�s ability to meet installation date. The rating shall be either acceptable or unacceptable. c. FACTOR 3: PAST PERFORMANCE Submittal Requirements: The offeror shall submit a finalized Contractor Performance Appraisal Report (CPAR) evaluation or a completed Past Performance Questionnaire (PPQ) [minimum of two (2), maximum of five (5)], Appendix 06. This factor involves an evaluation of how relevant a recent contract effort was in regards to the RFP requirement in terms of scope size and complexity, and how well the Offerors performed as a prime contractor on the projects / contract effort. Recent and relevant projects entail the purchase and installation of furniture, fixtures, and equipment with approximate value of $75,000 or more completed within the past 3 years before the date of issuance of this RFP, or ongoing projects more than 80% complete. IF A COMPLETED CPARS EVALUATION IS AVAILABLE, IT SHALL BE SUBMITTED WITH THE PROPOSAL. IF THERE IS NOT A COMPLETED CPARS EVALUATION, the Past Performance Questionnaire (PPQ) included in the solicitation as Appendix 06 is provided for the offeror to include in its proposal. AN OFFEROR SHALL NOT SUBMIT A PPQ WHEN A COMPLETED CPARS IS AVAILABLE. IF A CPARS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are provided for the client point of contact. No more than three completed PPQs should be submitted with your proposal. If the offeror is unable to obtain a completed PPQ from a client for a project(s) before proposal closing date, the offeror should complete and submit with the proposal the first page of the PPQ, which will provide contract and client information for the respective project(s). Offerors should follow-up with clients/references to ensure timely submittal of questionnaires. If the client requests, questionnaires may be submitted directly to the Government's point of contact, Angela Santos, via email at angela.santos@fe.navy.mil prior to proposal closing date. Offerors shall not incorporate by reference into their proposal PPQs or CPARS previously submitted for other RFPs. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. In addition to the above, the Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS) using all CAGE/DUNS numbers of team members (partnership, joint venture, teaming arrangement, or parent company/subsidiary/affiliate) identified in the offeror�s proposal, inquiries of owner representative(s), and any other known sources not provided by the offeror. Offerors are cautioned to submit acceptable references and contracts. References which cannot be contacted and/or verified will not be considered for evaluation. Contracts older than 3 years will not be evaluated or considered. The Government may contact clients other than those identified. In investigating an Offeror�s performance, the Government will consider information in the offeror�s proposal and information that may be obtained from other sources. While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the Offeror. Basis of Evaluation: Evaluation will be based on one or more of the following: The contracting officer�s knowledge of and previous experience with the supplies being acquired; Customer surveys, Contractor Performance Assessment Reporting System (CPARS), and Past Performance Questionnaire replies; Any other reasonable basis. (End of Addendum) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JUN 2020) (End of Addendum) --- End of Provisions ---
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a70ab2962d154b66befe23f0452b7655/view)
 
Place of Performance
Address: GU 96913, USA
Zip Code: 96913
Country: USA
 
Record
SN05798524-F 20200917/200915230156 (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  © 1994-2020, Loren Data Corp.