Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2023 SAM #7970
SOLICITATION NOTICE

71 -- 118th ISRG Bldg 735 Furniture

Notice Date
9/21/2023 7:15:00 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
W7N1 USPFO ACTIVITY TNANG 118 NASHVILLE TN 37217-2538 USA
 
ZIP Code
37217-2538
 
Solicitation Number
W50S9723Q0035
 
Response Due
9/27/2023 11:00:00 AM
 
Archive Date
10/12/2023
 
Point of Contact
Jonathan Forren, Phone: 6156608889
 
E-Mail Address
jonathan.forren@us.af.mil
(jonathan.forren@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
W50S9723Q0035 218th ISRG Furniture Tennessee Air National Guard Contracting Office located at 240 Knapp, Nashville, TN 37217. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in 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. The North American Industry Classification System (NAICS) Code for this requirement is 337214, Office Furniture (except Wood) Manufacturing with the corresponding size standard of 1100 Employees. This document incorporates provisions and clauses that are in effect through the Federal Acquisition Circular (FAC) 2023-05 Dated 09/07/2023. This Request for Proposal (RFQ) for commercial products/services is being 100% set-aside for Total Small Businesses. All responsible sources may submit a quote which shall be considered by the agency. Please see all attachments to include:� Pricing Matrix , Design, Floor Plans, and Instructions to Offerors The Government intends to award one Firm-Fixed Price Single Award contract. Evaluation factors for this award are set forth in the attached Instruction to Offers for Building 735. The Evaluation Criteria is in accordance with FAR 13.106-2 Evaluation of Quotations or Offers. Offeror MUST provide Tax ID and CAGE Code and UEI with proposal. Offeror must be certified in www.SAM.gov (ORCA certified). This will be a determining factor in the award process if the offeror is not current in their certification. (ORCA is located at SAM) https://www.sam.gov/portal/public/SAM/ This Solicitation will close at 1:00 PM Central Time on Wednesday, September 27, 2023. Place of Performance will be at 118th Wing Berry Field Air National Guard Base 240 Knapp Blvd Bldg 735 Nashville, TN 37217. This requirement is for furniture for 218th ISRG Building 735. Due to short timeline, there will not be a scheduled site visit. Please use Floor Plans and Design. PRICING WILL BE PROVIDED IN THE ATTACHED Furniture Pricing Matrix.� ADDENDUM TO FAR 52.212-1, PROPOSAL PREPARATION INSTRUCTIONS To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Offerors shall assume that the Government has no prior knowledge of their operations and experience and will base its evaluation on the information presented in the offerors proposal. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists, no additional cost information will be requested. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists, offerors may be required to submit cost data to the extent necessary for the contracting officer to determine the reasonableness and completeness of the price. Specific Instructions: Set Forth in Instruction to Offerors for 218th ISRG Furniture The provisions FAR 52.212- 3, Offeror Representations and Certifications - Commercial Items with Alternate I. (d) Acknowledgment of solicitation amendments when issued. (e) Submit signed and dated offers to the office specified in this solicitation at or before the time specified in this solicitation. Offers may be sent directly back to 118th Wing Contracting by email to jonathan.forren@us.af.mil� and gregory.allen.8@us.af.mil , no later than the date and time specified in this solicitation. (End of Addendum) (End of provision) 52.212-2 EVALUATION--COMMERCIAL ITEMS (NOV 2021) PROVISION 12 (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: Please see Design Intent Plans and Pricing Matrix.� Basis of Design used was Kimball Furniture and HumanScale (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 there are negotiations after its receipt, unless a written notice of withdrawal is received before award. �(End of Addendum) (End of provision) CLAUSES INCORPORATED BY REFERENCE (Full text can be accessed at: https://www.acquisition.gov/ FAR 203-3 Gratuities (APR 1984) FAR 203-6 Restrictions on Subcontractor Sales to the Government�Alternate I (JUN 2020) FAR 203-12 Limitation on Payments to Influence Certain Federal Transactions (JUN 2020) FAR 52.204-7-- System for Award Management (OCT 2018) PROVISION FAR 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Award (JUN 2020) FAR 52.204-13 - System for Award Management Maintenance (OCT 2018) FAR 52.204-16 - Commercial and Government Entity code Reporting (AUG 2020) PROVISION FAR 52.204-18-Commercial and Government Entity code Maintenance (AUG 2020) FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapspersky Lab and Other Covered Entities (NOV 2021) FAR 52.204-24Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) PROVISION FAR 52.204-25 Prohibition of Contracting for Certain Telecommunciations and Video Surveillance Services or Equipment (NOV 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020)� PROVISION FAR 52.204-27 Prohibition on a ByteDance Covered Application (Jun 2023) FAR 52.209-6 Protecting the Government�s Interest when Subcontracting with Contractors Debarred, Suspsended, or Proposed for Debarment (NOV 2021) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) FAR 52.212-1 -- Instructions to Offerors - Commercial Items (NOV 2021) FAR 52.212-3� Offeror Representations and Certifications-Commercial Products and Commercial Services (NOV 2021)� PROVISION FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (DEC 2022) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services (JUN 2023) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) FAR 52.219-8 Utilization of Small Business Concerns (OCT 2022) FAR 52.219-28 -- Post-Award Small Business Program Representation (MAR 2023) FAR 52.222-3 -- Convict Labor (JUN 2003)� FAR 52.222-21 -- Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) FAR 52.222-50 Combating Trafficking in Persons (NOV 2021) FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN) FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (OCT 2018) FAR 52.232-18 Availability of Funds (APR 2018) FAR 52.232-39 -- Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.232-40 -- Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) FAR 52.233-3-- Protest after Award (Aug 1996) FAR 52.233-4 -- Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.253-1-- Computer Generated Forms (Jan 1991) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252-203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Jan 2015) PROVISION DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992) DFARS 252.204-7004 DoD Antiterrorism Awareness Training for Contractors (FEB 2019) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) PROVISION DFARS 252.204-7012 Safeguarding Covered Defense Information Controls (DEC 2019) DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors (MAY 2016) DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (May 2021) PROVISION DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021) DFARS 252-223-7008 Prohibition of Hexavalent Chromium (JUNE 2013) DFARS 252.225-7048 Export-Controlled Items (Jun 2013) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.244-7000 Subcontracts for Commercial Items (JAN 2021) CLAUSES INCORPORATED BY FULL TEXT 52.252-2�Clauses Incorporated by Reference. As prescribed in�52.107(b), insert the following clause: Clauses Incorporated By Reference�(Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/ (End of clause) 252.232-7006�Wide Area WorkFlow Payment Instructions. WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) (a)�Definitions.�As used in this clause� �Department of Defense Activity Address Code (DoDAAC)� is a six position code that uniquely identifies a unit, activity, or organization. �Document type� means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). �Local processing office (LPO)� is the office responsible for payment certification when payment certification is done external to the entitlement system. �Payment request� and �receiving report� are defined in the clause at�252.232-7003�, Electronic Submission of Payment Requests and Receiving Reports. (b)�Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS)�252.232-7003�, Electronic Submission of Payment Requests and Receiving Reports. (c)�WAWF access. To access WAWF, the Contractor shall� (1) Have a designated electronic business point of contact in the System for Award Management at�https://www.sam.gov;�and (2) Be registered to use WAWF at�https://wawf.eb.mil/�following the step-by-step procedures for self-registration available at this web site. (d)�WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the �Web Based Training� link on the WAWF home page at�https://wawf.eb.mil/ (e)�WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f)�WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1)�Document type. The Contractor shall submit payment requests using the following document type(s): �(ii) For fixed price line items� (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. INVOICE 2in1 �[Note: The Contractor may use a WAWF �combo� document type to create some combinations of invoice and receiving report in one step.] (3)�Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Data to be entered in WAWF Field Name in WAWF������������������ __________ Pay Official DoDAAC������ ����������� __________ Issue By DoDAAC����������������������� __________ Admin DoDAAC**���������������������� __________ Inspect By DoDAAC�������������������� __________ Ship To Code��������������������������������� __________ Ship From Code�������������������������������� ____________ Mark For Code���������������������������������� ____________ Service Approver (DoDAAC)������������� ____________ Service Acceptor (DoDAAC)�������������� ____________ Accept at Other DoDAAC������������������ ____________ LPO DoDAAC���������������������������������� ____________ DCAA Auditor DoDAAC������������������� ____________ Other DoDAAC(s)����������������������������� ____________ �(4)�Payment request.�The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. (5)�Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. (g)�WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity�s WAWF point of contact. _________________________________________________________________ (Contracting Officer: MSGT Jonathan Forren 615-660-8889 or jonathan.forren@us.af.mil) (2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. (End of clause)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0cf0aa35f9e3480a8e8546cdc7ff581b/view)
 
Place of Performance
Address: Nashville, TN 37217, USA
Zip Code: 37217
Country: USA
 
Record
SN06841307-F 20230923/230921230534 (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.