Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 18, 2022 SAM #7413
SOLICITATION NOTICE

71 -- 505 CTS Furniture

Notice Date
3/16/2022 12:50:37 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
FA4417 1 SOCONS LGC HURLBURT FIELD FL 32544-5810 USA
 
ZIP Code
32544-5810
 
Solicitation Number
FA441722QC048
 
Response Due
3/21/2022 11:00:00 AM
 
Archive Date
04/05/2022
 
Point of Contact
Stephanie McCullough, Phone: 8508846613
 
E-Mail Address
stephanie.mccullough@us.af.mil
(stephanie.mccullough@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 0004 - Amendment is issued to extend the response date to Monday, March 21, 2022.� Please note the below question has been received and the Government intends to answer no later than Friday, March 18th. � � � � �QUESTION: Can the government provide the faceplates required for the NIPR/SIPR, Coalition, and Enclave connections at each workstation (reference port requirements for each table and Attachment 4).� If not, request a manufacturer and model number to ensure these items are sourced correctly. AMENDMENT 0003 - The Statement of Work and Attachments have been updated.� The response date remains unchanged, quotes are due by Friday, March 18th at 1:00pm CST. AMENDMENT 0002 - The response date is extended to Friday, March 18th.� The Government is currently working to revise their requirement as the powered tables require a sping/trough for cable management with grommeted access within the spine to allow easy pulling of fiber and power onto the surface and below the surface.� A revised Statement of Work will be published next week. AMENDMENT 0001 - Correct Site Visit dates to correspond with the day of the week stated. 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. Solicitation Number FA441722QC048 is hereby issued as a Request for Quote. Response Date: Friday, March 4, 2022 at 1:00 PM CST This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-04, Effective January 31, 2022. This is set aside for100% for small businesses. The North American Industry Classification System (NAICS) code for this project is 337214, and Product Service Code is (PSC) code is 7110. The Size Standard for this NAICS is 1,000 employees. There will be a site visit conducted for this requirement on Tuesday, February 22, 2022 at 2:30 pm CST.� Please provide information for personnsel attending the site visit to stephanie.mccullough@us.af.mil no later than Monday, February 21, 2022 at 1:00PM with the indivdiuals full name, drivers license number and state of issue.� This information will be used to provide individuals access to the base and individuals will pick up their passes at the Commercial Vehicle Inspection Gate (CVIA), and proceed to the site visit location. Upon contacting the contracting office at stephanie.mccullough@us.af.mil, the site visit meet location will be shared. SITE VISIT: Tuesday, February 23,2022 at 2:30 PM CST CUT OFF FOR QUESTIONS: Tuesday, March 1, 2022 at 2:30PM CST QUOTES DUE: Friday, March 4, 2022 at 1:00pm CST THE STATEMENT OF WORK, CUBICLE REQUIREMENTS AND FLOOR LAYOUTS ARE ATTACHED. FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2020). Addendum to 52.212-1, Instructions to Offerors � Commercial Items (Jan 2017) THIS SECTION IS FOR SOLICITATION PURPOSES ONLY.� THIS SECTION WILL BE PHYSICALLY REMOVED FROM ANY RESULTANT AWARD. Addendum to FAR 52.212-1(b), Submission of offers.� Offeror shall submit an electronic copy of their dated offer via e-mail to: stephanie.mccullough@us.af.mil with the solicitation number in the subject block, by Friday, March 4, 2022 at 2:30 PM CST. Submit a dated Offer Schedule marked with solicitation number FA441722QC048. Facsimile offers will not be accepted.� In addition to the items required by 52.212-1(b), the offeror shall complete the Vendors Information and Vendors Offer Information at the end of this Combined Synopsis/Solicitation.� This information shall be submitted with the offer. Addenum to FAR 52.212-1(c), Period for acceptance of offers.� This paragraph is tailored to read as follows: The offeror agrees to hold the prices in its offer firm for through September 30, 2022. Addendum to FAR 52.212-1(f), Late submissions, modifications, revisions, and withdrawl of offers.� This paragraph is tailored to read as follows: Offerors are responsible for submitting electronic offers by the solicitation due date and time.� Offers received after the solicitation due date and time are considered late and will be handled in accordance with FAR 52.212-1(f). Offerors shall provide a representation regarding use of telecommunications equipment or services by completing FAR Provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020), and submit with offer by the established due date and time. FAR 52.212-2, Evaluation of Commercial Items (Oct 2014) �(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, past performance and technical acceptability considered. � The Government will award a Firm Fixed Price contract to the Lowest Priced Technically Acceptable offer with Acceptable or better past performance. Offers will be determined technically acceptable if all requirements of the Statement of Work are met in the offeror�s quote submission.� The Contracting Officer is not responsible for locating or obtaining any information not submitted with the quote.� Offerors who do not furnish product information (literature, manufacturers websites, etc..) with their quotes, may be eliminated from award consideration. The Government will evaluate past performance based on information obtained through Federal Awardee Performance and Integrty System (FAPIIS), Contractor Performance Reporting System (CPARS), and Supplier Performance Risk System (SPRS) databases or any other reasonable basis.� Vendors with Acceptable or better rating will be determined to have an Acceptable past performance and can be considered for award.� Vendors with less than Acceptable ratings, Terminations for Default or Cause, or any derogatory marrks will not receive an Acceptable past performance rating.� Vendors without a record of past performance will be rated as Acceptable. Not all offers will be evaluated for technical acceptability.� The lowest price offer will be evaluated, if the offer is determined technically acceptable, no other offers will be evaluated for technical acceptability.� If the lowest price is not technically acceptable, the second lowest price will be reviewed.� So on and so forth. (c) 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. �(End of Provision) Due to space limitations, the entire combined synopsis solicitation is provided in the attached Combined Synopsis Solicitation_FA441722QC048 attachment.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/886b4ce6607247a0900d21b35a942fec/view)
 
Place of Performance
Address: Hurlburt Field, FL 32544, USA
Zip Code: 32544
Country: USA
 
Record
SN06269409-F 20220318/220316230059 (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.