Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 02, 2021 SAM #7062
SOLICITATION NOTICE

71 -- Building 558 Misc FF and E Furniture

Notice Date
3/31/2021 11:49:46 AM
 
Notice Type
Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
FA8601 AFLCMC PZIO WRIGHT PATTERSON AFB OH 45433-5344 USA
 
ZIP Code
45433-5344
 
Solicitation Number
FA860121Q0060
 
Response Due
4/9/2021 12:00:00 PM
 
Archive Date
04/24/2021
 
Point of Contact
JENNA L SIZEMORE, Phone: 9377137500
 
E-Mail Address
jenna.sizemore@us.af.mil
(jenna.sizemore@us.af.mil)
 
Description
COMBINED SYNOPSIS/SOLICITATION This combined synopsis/solicitation is expected to result in the award of a firm-fixed-price contract for furniture for AFLCMC Building 558, 1st floor/2nd floor/basement level, as described under the requirements section of this combined synopsis/solicitation and accompanying requirements attachment. This combined synopsis/solicitation is 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 solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) FAC 2020-04, effective 1 January 2020; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20200114, effective 14 January 2020; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2019-1001, effective 1 October 2020. This announcement constitutes the only combined synopsis/solicitation; proposals are being requested and a written solicitation will not be issued. An award, if any, will be made to the responsible Offeror whose offer conforms to the combined synopsis/solicitation and is most advantageous to the Government price and other factors considered. The combined synopsis/solicitation number for this requirement is FA8601-21-Q-0060 and is hereby issued as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. The associated North American Industrial Classification System (NAICS) code is 337214 with a small business size standard of 1,000 employees. NAICS Code: 337214 � OFFICE FURNITURE (EXCEPT WOOD) MANUFACTURING Small Business Size Standard: �1,000 Employees The comparative evaluation consists of these Contract Line Items Number (CLIN), which should be structured in Attachment 3: CLIN Structure, Clauses and Provisions. Acceptable means of Submission:� All submissions must be submitted electronically to the following email address jenna.sizemore@us.ad.mil by Tuesday, 30 March 2021 3:00 P.M. EST. Any correspondence sent via e-mail must contain the subject line �FA8601-21-Q-0060, Building 558 1st/2nd/basement level Furniture� The entire proposal must be contained in a single e-mail, unless otherwise approved, including attachments. Please note: due to the e-mail server, any e-mails that exceed 5 megabytes might not go through. E-mails with compressed files are not permitted.� Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or content (i.e., .exe or .zip files).� Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson.� If sending attachments with email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent.� The email filter may delete any other form of attachments. A confirmation email will be sent once the proposal is received. If you do not receive a confirmation e-mail within 24 hours of submitting the proposal, please call or e-mail the point of contact listed on the solicitation. Submittal of proposals in response to this combined synopsis/solicitation constitutes agreement by the Offeror to all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract.� It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet website https://www.acquisition.gov.� The Government reserves the right to award without discussions or make no award depending upon the quality, price fairness, and price reasonableness of the proposals received.� Delivery Schedule:� ���� ����������������������� Installation to beginas follows: ����������������������������������������������������������� Phase 1: 03 June 2021 ����������������������������������������������������������� Phase 2: 21 October 2021 ����������������������������������������������������������� Phase 3: 17 March 2022 ����������������������������������������������� Delivery Destination:�������������������������� AFLCMC/WLO ����������������������������������������������������������� Attn: Michael Simard ����������������������������������������������������������� Building 558, 259 Loop Rd Area B��������������������������������������� Wright Patterson AFB, OH 45433 Installation Schedule: Installation is expected to take one (1) week.����������������������������������������������������������������������������������������������������� Delivery Type:� FOB Destination (As defined in FAR 2.101�Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) Inspection and Acceptance:� Both inspection and acceptance will be by the Government at Destination. Requirement: AFLCMC/WLO requires Misc. FF&$ Furniture on the 1st/2nd and basement level of building 558. This requirement will also require the contractor to deliver and install the furniture at AFLCMC/WNS Building 558; 259 Loop Rd, Area B, Wright Patterson AFB, OH, 45433-7765. See the attached Statement of Work for more details on specifications, (Attachment 1).� The anticipated award is Firm-Fixed Price.� Basis for Award: The Government will issue a purchase order to the responsible offeror whose quotation conforms to the solicitation and is the most advantageous to the Government, price and other factors considered. Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Technical or Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government�s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Price: The Government will evaluate the price by adding the total of all line item prices, including all options. The proposals may be in any format but MUST include: 1.� Proposing company�s name, address, DUNS number, Cage Code, and TIN. 2.� Point of contact�s name, phone, and email. 3.� Proposal number & date. 4. �Timeframe that the proposal is valid. 5.� Individual item price. 6.� Total price (Net 30), No Progress Payments. 7.� Shipping (FOB Destination). 8.� Completed copy of representations and certifications (Attachment 2) 9. Itemized price-list which includes the dimensions and specification of each typical.� Important Notice to Contractors:� Proposals MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements outlined in the Statement of Work (Attachment 1).� Important Notice to Contractors:� All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract.� SAM can be accessed at https://beta.sam.gov/ Any award resulting from this combined synopsis/solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests.� Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form.� Wide Area Workflow � Receipt and Acceptance (WAWF � RA) is the DoD system of choice for implementing this statutory requirement.� Use of the basic system is at no cost to the contractor. �Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com.� Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. In accordance with NIST SP 800-171 DoD Assessment Methodology� effective 30 November 2020 an offeror must have a current (not older than three years) NIST SP 800-171 DoD Assessment prior to award of all contracts, task or delivery orders, exercise of an option periods, or extensions of the period of performance. Please ensure a NIST SP 800-171 DOD Assessment is on file. � ADDITIONAL INSTRUCTIONS TO OFFERORS The following paragraphs in the provision at FAR 52.212-1-Instructions to Offerors-Commercial Items are tailored as follows: (a)��� North American Industry Classification System (NAICS) code and small business size standard are as specified above. (b)�� Submission of offers is as prescribed in the text of this combined synopsis/solicitation. Proposal Content:� Proposals shall consist of two separate parts, a technical proposal and a price proposal. Proposal Detail:� The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims.� The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements.� Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted. Embellishments Not Desired:� Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired.� Technical Proposal:� Describe how the offeror will provide for the furniture as described in the SOW. CLIN Structure found in Attachment 3 and Provisions and Clauses can be found in Attachment 3. Attachments: Statement of Work Reps and Certs CLIN Structure, Clauses and Provisions NIST SP 800-171 Assessment Building 558 Drawing Please direct all questions to Jenna Sizemore, jenna.sizemore@us.af.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9f0c377732c7401f98d8c6b74ace999c/view)
 
Place of Performance
Address: OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN05959130-F 20210402/210331230103 (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.