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 -- Auditorium Seating Upgrade - Maxwell AFB

Notice Date
9/15/2020 2:10:50 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
FA330020Q8994
 
Response Due
9/23/2020 10:00:00 AM
 
Archive Date
10/08/2020
 
Point of Contact
Brandon Osborne, Phone: 3349537835, Fax: 3349532198, Jeremy B. Kersey, Phone: 3349533526, Fax: 3349532198
 
E-Mail Address
brandon.osborne.6@us.af.mil, jeremy.kersey.1@us.af.mil
(brandon.osborne.6@us.af.mil, jeremy.kersey.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
GENERAL INFORMATION The LeMay Center, Building 1400A, 401 Chennault Circle, Maxwell AFB, AL 36112 has a requirement to purchase items as described in this document in accordance with (IAW) the attached Statement of Objectives (SOO). This is a combined synopsis/ solicitation for commercial items prepared IAW 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 (F2XHC60111AW03). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2020-07 effective 31 Aug 2020, Air Force Acquisition Circular (AFAC) 2019-1001 effective 1 Oct 2019, and the Defense Federal Acqusition Requlation Supplement (DFARS) Change 5 Jun 2020. A Firm Fixed Priced Award will be made IAW the following: NAICS Code:� 337214; Size Standard:� 1,000 EMP IMPORTANT NOTES: THE GOVERNMENT IS SOLICITING FOR �OPEN MARKET� QUOTES ONLY.� GENERAL SERVICES ADMINISTRATION (GSA) QUOTES, OR OTHER GOVERNMENT-WIDE ACQUISITION CONTRACTS (GWAC) QUOTES, WILL NOT BE CONSIDERED. ALL PRODUCTS/ MUST BE NEW: NO USED/ 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 LeMay Center, Building 1400A, 401 Chennault Circle, Maxwell AFB, AL 36112 has a requirement to purchase the below listed items outlined in CLINs 0001 - 0003. This procurement will be awarded under FAR Part 13 Simplified Acquisition Procedures.� All inquiries/ responses to this notice must be received by 23 Sept 2020 at 12:00 PM CDT. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following items:�� CLIN 0001: WE Large & Small Auditorium Fixed-Based Seating with Table - Quantity 320 (EA) CLIN 0002: WE Large & Small Auditorium 120V Power and Data Supply System - Quantity 2 (EA) CLIN 0003: Installation - Quantity 1 (EA) DELIVERY INFORMATION LeMay Center Building 1400A, Large and Small Auditorium 401 Chennault Circle Maxwell AFB, AL 36112 Shipping will be FOB Destination ATTACHMENTS: Attachment 1 - Statement of Objectives (SOO) Attachment 2 - Clauses and Provisions QUOTATION PREPARATION INSTRUCTIONS 1. The offeror must submit a dated quote with unit prices and extended prices in response to this solicitation. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Failure to do so may result in an offer being determined non-responsive. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. 2. Offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers. Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will be considered late and handled in accordance with FAR 52.212-1(f). 3. THE OFFEROR�S QUOTE PACKAGE SHALL INCLUDE THE FOLLOWING: The offeror must submit dated quote with unit prices and extended prices in response to this solicitation and Statement of Objectives. Product and Capability Specifications: The offeror shall provide detailed product and capability specifications that clearly demonstrate an ability to meet the minimum requirements as outlined in the Statement of Objectives (SOO) paragraphs 1.0 � 1.3. Delivery Date:� The offeror shall propose a realistic delivery date (based on days after date of contract) for the requirements identified in this solicitation.� The delivery date shall take into consideration availability, ordering, shipping and any other factors that could affect the delivery of the item (s) being proposed under this solicitation. Delivery date will be incorporated into the contract. Representations and Certifications: IAW 52.212-3, 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 accessed through 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, including the additions to (c) (11) at 52.212-3, Alternate I. If any products offered are not a domestic, qualifying country, or designated country end product IAW DFARS 252.225-7001 (Buy American and Balance of Payments Program), offerors are required to submit a completed copy of the DFARS 252.225-7000 (Buy American--Balance of Payments Program Certificate) certification, from SAM, with their quote. Section 889 - 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. 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.� Interested parties capable of providing the requirement must include discount terms, if applicable, tax identification number, cage code, and DUNS. 4. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Systems for Award Management (SAM) database, no exceptions. To register, please visit http://www.sam.gov or call1-866-606-8220.5. 5. Site Visit: A site visit is scheduled for Thursday, 17 September 2020 at 10:30 PM CDT. If attending, 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 in regards to this solicitation are due to the POCs in paragraph 5 below no later than Friday, 18 September at 12:00 PM CDT. 6. All inquiries/questions to this notice must be received by 18 Sept 2020 at 12:00 pm CDT. Quotation responses to this notice shall be provided in writing via e-mail to both of following points of contact no later than 23 Sept 2020 at 12:00 pm CDT: Brandon Osborne Contract Specialist Phone: 334-953-7835 Email: brandon.osborne.6@us.af.mil Jeremy Kersey Contracting Officer Phone: 334-953-3526 Email: jeremy.kersey.1@us.af.mil BASIS FOR AWARD This will be a competitive best value acquisition utilizing FAR 13, Simplified Acquisition Procedures. Award will be based on technical acceptability and price. 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 sub-factor, on a pass/fail basis, by assigning ratings of Acceptable (clearly meets minimum requirements) or Unacceptable (does not clearly meet minimum requirements): a. Product and Capability Specifications: The offeror shall provide detailed product and capability specifications that clearly demonstrate an ability to meet the minimum requirements as outlined in the Statement of Objectives (SOO) paragraphs 1.0 � 1.3. 2. Price. 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. AFFARS CLAUSES IN FULL TEXT� CLAUSE NO:� � � � � � � � � � � � � � � � � � � � � � ��CLAUSE TITLE:� � � � � � � � � � � � � � � � � � � YEAR- MO:� � � SECTION: 5352.201-9101 ������������������������������������������� Ombudsman �������������� ����������������������� 2019-10 ��������� SEC I (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.�� (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).� (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Primary: Mr. David E. Jones, Deputy Director of Contracting, AFICC/KT, Telephone Numbers: (210) 652-1722 (DSN: 487-1722); or Alternate:� Mr. Todd S. Joyner, Chief, Clearance & Program Support Division, Telephone Number:� (210) 652-7075 (DSN:� 487-7075).� Address: 2035 First Street West, JBSA Randolph TX 78150-4304.� E-mail Addresses: david.jones.3@us.af.mil and todd.joyner@us.af.mil.� Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. �(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer.�� (End of clause)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b71aaf1792ae442babbfd5e9596c5b61/view)
 
Place of Performance
Address: Montgomery, AL 36112, USA
Zip Code: 36112
Country: USA
 
Record
SN05798534-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.