Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 15, 2021 SAM #7166
SOLICITATION NOTICE

71 -- Building 628 Furniture (CF, IG, PA, Dr)

Notice Date
7/13/2021 12:14:41 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
W7M6 USPFO ACTIVITY ILANG 182 GREATER PEORIA AIRPOR IL 61607-5004 USA
 
ZIP Code
61607-5004
 
Solicitation Number
W50S7T21Q0008
 
Response Due
8/19/2021 11:00:00 AM
 
Archive Date
09/03/2021
 
Point of Contact
Melissa Grice, Phone: 309-633-5204, Benjamin B. Yeutson, Phone: 3096335707
 
E-Mail Address
melissa.grice.2@us.af.mil, benjamin.yeutson@us.af.mil
(melissa.grice.2@us.af.mil, benjamin.yeutson@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
***AMENDMENT 0003: This amendment changes the CLIN structure as followings for pricing purposes: Line item 0001 is COMM , Public Affairs, IG area Line item 0002 is the OPSEC/Vault area Line item 0003 is Rm. 40, Doc�s Office Line item 0004 is the Depot Area, Rm. 50 ********************************************************************************************************************* ***AMENDMENT 0002: This amendment adds the sign in sheet from the site visit held on Jun 24, 2021.� Additionally, the following is added: A Preliminary concept is to be provided by July 15, 2021 at 3:00PM CST.� The following items changed: All questions shall be submitted by July 29, 2021 at 3:00PM CST.� Offers are due at 1:00PM CST on Thursday, August 19, 2021. Lastly, this project does not require GSA pricing and can be priced as Open Market to a Small Business as this shall remain a 100% set aside to small business.*** ********************************************************************************************************************************* ***AMENDMENT 0001: This amendment adds a drawing of areas hatched in red that will be visited during the site visits.� No dimensions are currently available.� Some areas will require a complete redesign of what is existing by removing systems walls and the furniture rep will be requested to design the space and provide a new layout concept using field measurements as part of their proposal with 3-D renderings.� Additionally, this solicitation is subject to funds availability.� Funds are not presently available for this contract. Currently, the Government anticipates funds will become available prior to but no later than midnight 30 Sep 2021.� The Government does not guarantee a contract will be awarded from this solicitation.*** (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued.� (ii) This solicitation, W50S7T-21-Q-0008 is being issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-05, effective 10 March 2021. (iv) This procurement is small business set-aside. The associated North American Industry Classification System (NAICS) code is 337214 and the small business size standard is 1000 Employees. The Contracting Officer reserves the right to award under a different NAICS if the company would qualify as a small business under the solicited NAICS. (v) Commercial Item Descriptions: Line item 0001 is COMM , Public Affairs, IG area Line item 0002 is the OPSEC/Vault area Line item 0003 is Rm. 40, Doc�s Office Line item 0004 is the Depot Area, Rm. 50 �(vi) GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT AWARD. If not already registered in SAM, go to WWW.SAM.GOV to register prior to submitting quote.� The award will be made using best value procedures. �(vii) The products are to be delivered no later than 150 days ARO to 182 Airlift Wing, 2416 S. Falcon Blvd. Peoria, IL 61607-5023.� There is no known loading dock.� The government requires FOB Destination. (viii) The provision at 52.212-1, Instructions to Offerors � Commercial, is applicable.� A successful offeror will address all items within the addenda of this provision.� The addenda for this provision is as follows: Responders shall include all documents and information requested submitted in accordance with the instructions therein. Quotations shall be submitted prior to the closing date and time listed below.� All quotations shall be emailed to Melissa Grice at melissa.grice.2@us.af.mil. Preliminary concept to be provided by July 15, 2021 at 3:00PM CST. All questions shall be submitted by July 29, 2021 at 3:00PM CST.� The government is not obligated to answer questions received after that time period. The submission of the documentation specified below will constitute the offeror�s acceptance of the terms and conditions in the RFQ.� Questions should be posted by the due date listed above.� It is the Government�s intention to award without discussion.� Offerors are encouraged to present their best Quote and prices in their initial submission.� The Government reserves the right to hold discussions. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, Alternate 1 is applicable. Basis for award is Best Value as follows: technical and past performance, when combined, are equally important when compared to price. The Government intends to make a single firm-fixed price award.� The following commercial item is requested in this solicitation. (a) 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 other factors considered. The following factors shall be used to evaluate offers: Technical Performance Past Performance Price Technical and past performance, when combined, are equally important when compared to price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. ADDENDUM TO FAR Part 52.212-2 Evaluation � Commercial Items (OCT 2014) (a) This solicitation will be evaluated under Federal Acquisition Regulation (FAR) Part 13.� The solicitation will be solicited as a small business set aside through Contract Opportunities.� The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will provide the best value to the Government.� The following factors shall be used to evaluate offers: Factor 1- Technical Performance: The contractor shall be responsible for ensuring their quote fully outlines the capability to adhere to the delivery deadline, quantities required, and specifications listed in the combined synopsis.� Technical performance shall be found to be either acceptable or unacceptable based on the answers to the following questions: Can the vendor provide the items by the delivery date outlined in para. vii in the combined synopsis?� Does the contractor have one central point of contact/company representative that will handle everything from project start to project completion handling all items from design, purchase order placement, delivery, install, and punchlist items? Will the contractor ensure all furniture is delivered when the installer is present to receive the furniture onsite? (The Government will not store any furniture onsite while waiting for installation). Did the contractor provide a drawing of each area receiving furniture? Did the vendor provide a 3D color rendering and product data that clearly describes the type of furniture being quoted for each area (one rendering for the top of line grade furniture and one rendering for mid-grade furniture for each area)? The Government will determine the vendor to be Technically Acceptable only if all answers to the above questions (2) are �Yes�.� The final determination of whether an �or equal� will meet the needs of the Government lies with the Government.� If the contractor does not submit a product data sheet, drawings, and renderings as required then the answer will automatically be �No.� Factor 2 � Past Performance: The government will evaluate past performance by reviewing the following: a.The Offeror shall provide up to three (3) relevant projects or contracts that include all of the following information: i.��� Government Agency/Company who awarded the contract ii.�� Contract Number iii.� Description of Services iv.� Contract Value v.�� Period of Performance vi.� Place of Performance vii. Contract Type viii. Current POC with current email address and phone number Past Performance Questionnaires.� The Government will contact the POCs listed for the relevant projects submitted to inquire on performance of those contracts and request the POC to provide ratings. Rating definitions are as follows: RATING DEFINITION Outstanding (O) Performance meets contractual requirements and exceeds many requirements that benefit the end user.� Work was accomplished with few, if any, minor problems for which corrective actions taken by the contractor were highly effective. Good: Performance meets contractual requirements and exceeds some requirements that benefit the end user.� Work was accomplished with some minor problems for which corrective actions taken by the contractor were effective.� Acceptable Performance meets contractual requirements.� Work was accomplished with some minor problems for which corrective actions taken by the contractor were satisfactory. Marginal�� (M) Performance does not meet some contractual requirements.� Serious problems with contractor performance were experienced for which the contractor has either not yet identified corrective actions or the corrective actions taken appear only marginally effective. Unacceptable�� (U) Performance does not meet most contractual requirements.� Serious problems with contractor performance were experienced for which the corrective actions were ineffective.� Unknown or Not Applicable� (N/A) The question does not apply.� No performance record identifiable within the area of evaluation. Any company that does not submit past performance information will receive a neutral rating. Factor 3 � Pricing: The government will evaluate all technically acceptable offerors� prices. In terms of �price reasonableness�, the Government will focus on whether the price is too high or too low to be considered fair and reasonable.� In terms of �completeness�, the Government will focus on whether the price appears to cover all of the work identified in the combined synopsis.� In terms of �balance�, the Government will focus on whether pricing is consistent with historical contract information and market research. Pricing shall provide two options: One option is the top grade furniture line and the second is the mid-grade furniture line.� Pricing both options should clearly depict the type and style being priced and shall match the rendering provided.� Pricing shall include all aspects of the office furniture to include product, shipping with lift gate capabilities, installation, design, tools, equipment, supervision, etc. (x) A successful offeror shall include a completed copy of the provision at 52.212-3 Alt-1, Offeror Representations and Certifications -- Commercial Items, with its offer and address the items listed within the addenda of this provision. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause are applicable to the acquisition, which include: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations. FAR 52.219-6, Notice of Total Small Business Set-Aside. FAR 52.219-28, Post Award Small Business Program Representation. FAR 52.222-3, Convict Labor. FAR 52.222-19, Child Labor � Cooperation with Authorities and Remedies. FAR 52.222-21, Prohibition of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-35, Equal Opportunity for Veterans. FAR 52.222-36, Equal Opportunity for Workers with Disabilities. FAR 52.222-37, Employment Reports on Veterans. FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act FAR 52.222-50, Combating Trafficking in Persons. FAR 52.222-54, Employment Eligibility Verfication. FAR 52.223-15, Energy Efficiency in Energy-Consuming Products. FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.223-20, Aerosols. FAR 52.223-21, Foams. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. FAR 52.233-3, Protest After Award. FAR 52.233-4, Applicable Law for Breach of Contract Claim. The following provisions are incorporated into this solicitation by reference: FAR 52.204-16, Commercial and Government Entity Code Reporting. FAR 52.237-1, Site Visit. DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations. DFARS 252.225-7031, Secondary Arab Boycott of Israel. The following clauses are incorporated into this solicitation by reference: FAR 52.204-18, Commercial and Government Entity Code Maintenance. FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance or Equipment. FAR 52.204-26, Covered Telecommunications Equipment or Services � Representation. FAR 52.222-37, Employment Reports on Veterans FAR 52.228-5, Insurance � Work on a Government Installation FAR 52.232-39, Unenforceability of Unauthorized Obligations. FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. FAR 52.247-34, F.O.B. Destination. DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002, Requirement to Inform Employees of Whistleblowers Rights. DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information. DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information. DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors. DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. DFARS 252.211-7008, Use of Government-Assigned Serial Numbers. DFARS 252.215-7007, Notice of Intent to Resolicit. DFARS 252.215-7008, Only One Offer. DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons. DFARS 252.225-7012, Preference for Certain Domestic Commodities. DFARS 252.225,-7021, Trade Agreements. DFARS 252.223-7008, Prohibition of Hexavalent Chromium. DFARS 252.225-7001, Buy American and Balance of Payments Program. DFARS 252.225-7021, Trade Agreements � Basic. DFARS 252.225-7048, Export Controlled Items. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010, Levies on Contract Payments. DFARS 252.244-7000, Subcontracts for Commercial Items. DFARS 252.247-7023, Transportation of Supplies by Sea. The following provisions are incorporated by full text. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. DFARS 252.204-7011, Alternative Line Item Structure. DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services � Representation. DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services � Representation. DFARS 252.225-7000, Buy American - Balance of Payments Program Certificate. DFARS 252.225-7020, Trade Agreements Certificate. DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism. DFARS 252.247-7022, Representation of Extent of Transportation by Sea. (Offerors shall include completed copies of the certifications within the following provisions with their offer.) The following clauses are incorporated by full text. The full text is found in Attachment #1, Full-Text Provisions and Clauses. FAR 52.252-2, Clauses Incorporated by Reference. FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.211-7003, Item Unique Identification and Valuation. DFARS 252.232-7006, Wide Area Workflow Payment Instructions. (xiii) The product will at a minimum have a 1 year standard manufacturer�s and workmanship warranty. (xiv) Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. (xv) A site visit is scheduled for Thursday, Jun 24 2021 at 10:00am Central Standard Time (CST) 182 Airlift Wing, LRS Building, Room 18, 2416 S. Falcon Blvd, Peoria, IL 61607-5023. Any contractor planning to attend must email Melissa Grice at the email address below.� Contractors shall provide the name, no later than Jun 22, 2021 at 1pm Central Standard Time (CST).� Offers are due at 1:00 PM CST on Thursday, August 19, 2021. 182AW/MSC, ATTN: Melissa Grice, 2416 S. Falcon Blvd, Peoria, IL 61607-5023. Offers may be submitted by mail or e-mailed to melissa.grice.2@us.af.mil. (xvi) All questions and quotes must be directed to 182 Contracting Officer via email at melissa.grice.2@us.af.mil. �Please make quotes good through midnight on September 30, 2021. Emailed quotes are preferred. Late quotes may be rejected at the Contracting Officer's discretion. Electronic Documents: All electronic documents must NOT be ""secured"", ""locked"", or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dfb4ceda3b4c4c8e8562882c2faf79cf/view)
 
Place of Performance
Address: Peoria, IL 61607, USA
Zip Code: 61607
Country: USA
 
Record
SN06060081-F 20210715/210713230124 (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.