Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 25, 2023 SAM #7880
SOLICITATION NOTICE

71 -- Partition walls

Notice Date
6/23/2023 9:14:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
W7N6 USPFO ACTIVITY WAANG 141 FAIRCHILD AFB WA 99011-9439 USA
 
ZIP Code
99011-9439
 
Solicitation Number
F6T3CE3130AW01
 
Response Due
7/7/2023 2:00:00 PM
 
Archive Date
07/22/2023
 
Point of Contact
Robert D. Jones, Phone: 5092477224, Matthew R. Richard, Phone: 5092477223
 
E-Mail Address
robert.jones.88@us.af.mil, matthew.richard@us.af.mil
(robert.jones.88@us.af.mil, matthew.richard@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number F6T3CE3130AW01 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04, Dated 2 JUN 2023 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20230609.� It is the contractor�s responsibility to become familiar with applicable clauses and provisions. �This acquisition is under North American Industry Classification Standards (NAICS) code 337214 with total number of employees NTE 1000. The government intends to award a Firm Fixed Price (FFP) contract to a qualified business deemed responsive in accordance with Federal Acquisition Regulation (FAR) Part 13. Quotes must conform to all requirements outlined in this Request for Quote (RFQ) and will be evaluated based upon the best value of the requirement. This office will consider any late quotes or any late revisions of quotes as non-responsive. In no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government. Description of Requirement: The purpose of this project is to install a partition wall in room 126, B445 with new outlets, switch, and internal conduits leading to the ceiling. CLIN 0001: Partition walls QTY: 1 Job Total for job: $__________________ Statement of Work: OF WORK � Partition layouts on the drawings must show partition dimensions, nominal sizes for doors, glazing panels, sound-resistance when required, details and any other information pertinent to partition layouts. Partition layout should be designed to allow for maximum reusability. Minimize the number of panel sizes specified on a project to increase flexibility of panel re-use. System Description. Burning Characteristics 1. Submit certification attesting that partition system has a Class A (under 25) Flame Spread Rating in conformance with ASTM E84. Performance 1. Submit certification attesting that sound-rated partition assemblies have a minimum Sound Transmission Coefficient (STC) of 42 for solid panel and 30 for glass panel. Performance �1. Provide partitions capable of sustaining 5 psf minimum transverse load supporting furniture systems components with lateral panel deflection no greater than 1/120 for solid panel and 1/175 for glass panel when tested in accordance with ASTM E72. Provide proof load of not less than 300 lb concentrated when tested according to ANSI/BIFMA X5.6. Wall system is designed for non-load bearing capability. and Communication Capability contractor shall verify all dimensions, elevations, and site conditions prior to starting construction. 1. Electrical components, devices, systems, and accessories must meet requirements of NFPA 70. Provide a partition system that accommodates electrical switch, outlets, voice/data cabling and jacks, and other components at multiple heights in the panel within the internal panel cavity. Surface mounted components will not be accepted. Provide standard size switch box, electrical boxes, double gang outlet boxes for voice/data jacks, switch, outlets, faceplates, and conduit at mounting heights and locations as indicated on the electrical drawings. Coordinate finish of switches, outlets, and faceplates with building and other componentry finishes. Factory install all electrical components and accessories for partitions. Quote Information: Quotes must be submitted and received no later than 2:00 PM Pacific Time 07 July 2023. Electronic offers preferred, telephone quotes will not be accepted. Quotes may be e-mailed to the attention of the points of contact listed below. ����������� Buyer: Robert Jones ����������� Alternate Buyer:� Matthew Richard ����������� Email:�� 141MSG.MSC@us.af.mil � Award will only be made to contractors who have registered with System for Award Management (SAM).� Vendors may register at: http://www.sam.gov Submission of Invoices: In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF).��Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission�of Payment Requests. Provisions and Clauses: Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. FAC 2023-04, Dated 2 JUN 2023. Contractors must be actively registered with the System for Award Management (SAM) at http://www.sam.gov, and Wide Area Work Flow (WAWF) at http://wawf.eb.mil P = Provisions����� C = Clauses���� * = Provision or Clause required to be Full Text P-FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation C-FAR 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements P-FAR 52.204-7, System for Award Management Registration C-FAR 52.204-9, Personal Identity Verification of Contractor Personnel P-FAR 52.204-16, Commercial and Government Entity Code Maintenance C-FAR 52.204-18, Commercial and Government Entity Code Maintenance C�FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems P-FAR 52.204-22, Alternative Line Proposal P-FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment C-FAR 52.204-25, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment C-FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations P-FAR 52.212-1, Instructions to Offerors-Commercial Items P-FAR 52.212-2, Evaluation-Commercial Items Evaluation.� 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, technical ����������� acceptability (IAW SOW) and delivery dates of the camp are the evaluation criteria.� This is a best value decision.� This office will consider any late quotes or any late revisions of quotes as non-responsive. ����������� Technical and delivery dates, when combined, are approximately equal to price. P-FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or ��������� complete electronic annual representations and certifications at http//orca.bpn.gov C-FAR 52.212-4, Contract Terms and Condition-Commercial Items C-FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive ������ Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and ���� (c) the following clauses apply� C-FAR 52.219-28, Post Award Small Business Representation C-FAR 52.222-3, Convict Labor C-FAR 52.222-19, Child Labor � Cooperation with Authorities and Remedies C-FAR 52.222-21, Prohibition of Segregated Facilities C-FAR 52.222-26, Equal Opportunity � C*-FAR 52.222-42, Statement of Equivalent Rates for Federal Hires C-FAR 52.222-50, Combating Trafficking in Persons C-FAR 52.222-55, Minimum Wage Rates Under Executive Order 13658 C-FAR 52.222-62, Paid Sick Leave Executive Order 13706 C-FAR 52.223-5, Pollution Prevention and Right to Know Information C-FAR 52.223-15, Energy Efficiency in Energy Consuming Products C-FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving C-FAR 52.225-13, Restrictions on Certain Foreign Purchases C-FAR 52.225-13, Restrictions on Certain Foreign Purchases C-FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management C-FAR 52.232-39, Unenforceability of Unauthorized Obligations C-FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors C-FAR 52.233-3, Protest After Award C-FAR 52.233-4, Applicable Law for Breach of Contract Claim P-FAR 52.247-65, F.O.B. Origin, Prepaid Freight-Small Package Shipments C*-FAR 52.252-2, Clauses Incorporated by Reference � SEE http://farsite.hill.af.mil C*-FAR 52.252-6, Authorized Deviations in Clauses C-DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials C- DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights C- DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials P-FAR 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls C-DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors C-DFARS 252.211-7008, Use of Government-Assigned Serial Number P-DFARS 252.213-7000, Notice to Prospective Suppliers on the use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations C-DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials C-DFARS 252.223-7008, Prohibition of Hexavalent Chromium P*-DFARS 252.225-7000, Buy American Act�Balance of Payments Program Certificate C-DFARS 252.225-7001, Buy American Act and Balance of Payments Program C-DFARS 252.225-7031, Secondary Arab Boycott of Israel C-DFARS 252.225-7048, Export-Controlled Items. C-DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) C*-DFARS 252.232-7006 Wide Area Work-Flow Payment Instructions C-DFARS 252.232-7010, Levies on Contract Payments C-DFARS 252.244-7000, Subcontracts for Commercial Items P-DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea�Alt III C*-FAR 52.222-36, Equal Opportunity for Workers with Disabilities �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2f2ae1545cfa49f2b5362c00f0c0262b/view)
 
Place of Performance
Address: Fairchild AFB, WA 99011, USA
Zip Code: 99011
Country: USA
 
Record
SN06726691-F 20230625/230623230117 (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.