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 -- Office Furniture EPME

Notice Date
9/15/2020 2:12:32 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
FA3300 42 CONS CC MAXWELL AFB AL 36112-6334 USA
 
ZIP Code
36112-6334
 
Solicitation Number
F2XHC80198AW01
 
Response Due
9/23/2020 2:30:00 PM
 
Archive Date
10/08/2020
 
Point of Contact
Randal L Rose, Phone: 3349536170, Jeremy B. Kersey, Phone: 3349533526, Fax: 3349532198
 
E-Mail Address
randal.rose@us.af.mil, jeremy.kersey.1@us.af.mil
(randal.rose@us.af.mil, jeremy.kersey.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT 0001 The purpose of this amendment is to add the instructions for physical site vists, and change the due date for contractor questions. GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in this document in accordance with the attached (IAW) the attached Statement of Requirements (SOR). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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.� This requirement is issued as a Request for Quote (RFQ) (Reference-Number F2XHC80198AW01). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2020-07 and the DPN 06052020. A Firm Fixed Priced Award will be made in accordance with the following: NAICS Code:� 337214; size standard: 1,000 employees. IMPORTANT NOTES: THE GOVERNMENT IS SOLICITING FOR �OPEN MARKET� QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. ALL PRODUCTS MUST BE NEW; NO REFURBISHED OR USED ITEMS WILL BE ACCEPTED. THIS IS A 100% SMALL BUSINESS SET-ASIDE AND ONLY OFFERS FROM SMALL BUSINESSES WILL BE ACCEPTED. NATURE OF ACQUISITON: The 42d Communications Squadron on Maxwell AFB, AL has a requirement to purchase the below listed items outlined in CLINS 0001-0003. This procurement will be awarded under Simplified Acquisition Procedures.� All inquiries/responses to this notice must be received by 23 Sep 2020, 4:30 p.m CST. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following items:�� CLIN 0001:����� System furniture and materials, Tables, Chairs, and Whiteboards IAW SOR para. 5.0. CLIN 0002:����� Removal and Installation of System furniture and materials, Tables, and Whiteboards IAW SOR para. 4.0. CLIN 0003:����� Installation of fire sprinklers and strobe light horns IAW SOR para. 6.0. Quantity:� �1 Each � DELIVERY INFORMATION Delivery Address: 550 MCDONALD ST BLDG 1143, MAFB GUN ANNX, Alabama, 36114 Shipping will be FOB Destination QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein.� Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The offeror must submit dated quote with unit prices and extended prices in response to this solicitation.� In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specification, �Schedule of Supplies/Services�, and terms and conditions, the offeror accedes to all solicitation requirements.� Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. Manufacturer Specifications: The offeror shall provide detailed manufacturer specifications that clearly meet the minimum requirements outlined for CLIN 0001-0003 in the Schedule of Supplies/Services and in accordance with (IAW) the Statement of Requirement para.�s 4.0-6.0. Manufacturer specifications (i.e. product information, brochures) must be included to clearly corroborate how all minimum requirements would be met by the offeror�s quote. Mandataroy Use Requirements: IAW CONUS [OMB Memoranda, M-19-13, all AF contracting offices and Government Purchase Card (GPC) holders shall use the AF Office Seating BPAs to purchase all non-wood office seating for CONUS USAF installations, and recommended for Air Force Reserve Command (AFRC), Air National Guard (ANG), United States Army Corp of Engineers (USACE), and U.S. Space Force. Use is optional for Alaska and Hawaii locations based on delivered cost. The offoror must subcontract for the seating portion of the requirment outlined in the SOR to one of the BPA holders of the Seating II BPA (See attachment 3 Seating Mandatory Use Vendor Point of Contacts.) Adequate supporting documentation is required to show that the offerors quote is providing the mandatory use items from an approved BPA holder. PROJECT MILESTONE PLAN (PMP):� The offeror shall provide a PMP that establishes a timeline from issuance of the contract to the location identified in this solicitation.� The exact format and content of the PMP is at the offeror�s discretion, but it shall be expressed in terms of �days after contract� and include, at a minimum, a timeline for: Interested parties capable of providing the requirement must include discount terms, tax identification number, cage code, and DUNS. Offerors must complete and return with quote the provisions 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and 52.204-26, Covered Telecommunications Equipment or Services-Representation. �Site Visit: A physical site visit must be scheduled with the POCs in paragraph j. of this section for NLT Thursday, 17 September 2020 at 12:00 PM CST. Please provide your contact information (name, phone number, and email address). Due to Covid-19, effective immediately per the Secretary of Defense�s direction, all individuals on DoD property, installations, and facilities are required to wear cloth face coverings when they cannot maintain six feet of physical distance in public areas. All questions and concerns must be submited to the below POCs in paragraph j. No Later Than 18 September at 2:00 PM. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Systems for Award Management database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220. � Responses to this notice shall be provided in writing via e-mail to SSgt Randal L. Rose at randal.rose@us.af.mil, (334) 953-6170 and Jeremy Kersey at jeremy.kersey.1@us.af.mil, (334) 953-3526.� All responses shall be received NLT 4:30 PM CST on 21 Sep 2020. Email is the preferred method of contact. � BASIS FOR AWARD Award will be made to the lowest price technically acceptable offeror. For quotes determined technically acceptable, a best value selection will be based on price. 1.�� Technical Acceptability: Initially, the Government shall evaluate each offer�s quote, as it pertains to the following criteria, on a pass/fail basis, by assigning ratings of Acceptable (clearly meets minimum requirements) or Unacceptable (does not clearly meet minimum requirements). Takes no exception to the requirements of this synopsis/solicitation, including specification, �Schedule of Supplies/Services� and terms and conditions. Manufacturer Specifications: The offeror provided detailed manufacturer specifications will be evaluated for completeness to ensure all of the following minimum requirements for CLIN 0001-0003 are met IAW SOR paragraph 4.0-6.0. Mandataroy Use Requirements: Supporting documentation will be evaluated to verify that the offerors quote is providing the mandatory use seating items from an approved Seating II BPA holder (See attachment 3 Seating Mandatory Use Vendor Point of Contacts.). 2.�� Price. Next, the Government will evaluate the price(s) of quotes determined technically acceptable as follows: The Government may use any of the following price analysis techniques IAW FAR 13.106-3(a) to determine price reasonableness: competitive quotes, comparison of the proposed price with prices found reasonable on previous purchases, a comparison with similar items in a related industry, comparison to an independent Government estimate, or any other reasonable basis. CONTRACT TERMS AND CONDITIONS: SEE ATTCHED CLAUSES AND PROVISIONS. � � � Attachment(s): � Statement of Requiremens Clauses and Provisions. Seating Mandatory Use Vendor Point of Contacts �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/03372e828a494fc58e05c91307628f86/view)
 
Place of Performance
Address: Montgomery, AL 36112, USA
Zip Code: 36112
Country: USA
 
Record
SN05798533-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.