SOLICITATION NOTICE
71 -- StarBase Classroom
- Notice Date
- 9/25/2023 1:01:16 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Solicitation Number
- F1SEAM3256A002
- Response Due
- 9/28/2023 7:00:00 AM
- Archive Date
- 10/13/2023
- Point of Contact
- Malika Jackson, Rebecca Snyder
- E-Mail Address
-
malika.jackson@us.af.mil, rebecca.snyder.1@us.af.mil
(malika.jackson@us.af.mil, rebecca.snyder.1@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 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. Solicitation Number: F1SEAM3256A002 **Please provide the full solicitation number on all packages**� This solicitation is issues as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02TA and DPN 20190215 and DAFAC 2018-0525. THIS REQUIREMENT WILL BE: OPEN MARKET. The North American Industry Classification System (NAICS) number for this acquisition is 337214 with a size standard of 1,100. CLIN Nomenclature The following below is like or similar to what the government is looking for: CLIN 0001 � Part# 59041-A-7982-PL Hierarchy Grow & Roll Rectangle Table, Buka Bark (7982) Top, Platinum Edgeband (Qty.) 1 CLIN 0002 � Part#91198-7982-PL Avid� Podium,� Buka� Bark� (7982) Top, Platinum Edgeband Qty. 1 CLIN 0003 � Part# B3A1J2D1D0-7982-PL Compass��� Cabinet��� H2��� Max Transaction Top, Standard Back & Navy� Sides,� Shelves,� Doors� & Casters,� Buka� Bark� (7982)� Top, Platinum Edgeband, Qty. 1 CLIN 0004 � Part#53512-ORANGE- NA-HC Hierarchy� 5-Star� Stool- Orange Armless Shell - Black Plastic Base, Qty. 2 CLIN 0005 � Part# 70527 Porcelain Desktop - Creator Table with Platinum Direct Mount Shapes Legs, Quantity (Qty.) 18 CLIN 0006 � Part#66659 SET OF 2 CASTERS AND INSERTS FOR STUDENT DESK LEGS (LOCKING), Qty. 18 CLIN 0007 �Part#53318-1-ORANGE-NA-CH Hierarchy School Chair - Single - 4 Leg - 18"" Chrome Frame - Orange Armless Shell Qty. 36 CLIN 0008 � Part# 27735 Power Tower, Qty. 6 CLIN 0009 � Part# 4000CHBTS-42-V1-GRADE3 4 0 0 0 C H B T S - 4 2 - V 1 -� F L O A T A T L A N T I C / V 1 - AGORAREGATTA Orbit� 45�� Wedge� Chair� +� Back Shelf (42""H) (Grade 03) Buka Bark (7982)� Top,� Platinum� Edgeband, Back: V1-Float� Atlantic,� Seat: V1- Agora Regatta, Qty. 3 CLIN 0010 � Part# Q23-MCC-06221MC ""Q23-MCC-06221MC 42""� Round� Table� w/� G02� Caf� Pedestal� Legs,� Buka� Bark� (7982) Top, Platinum Edgeband"" Qty. 1 CLIN 0011 � Part# 970C-V1-AGORACARROT Pouf Stool w/ Casters (Grade 03) V1 - Agora Carrot Qty. 3 � CLIN 0012� Part# 53221-ORANGE- NA-CH Hierarchy School� Chair� -� Single Pack� - 30"" - 4 Leg Chrome Stool Frame - Orange Armless Shell Qty. 6 CLIN 0013 � Part# 1400M-GRADE3 Variable��� Height��� Ottoman��� - Rectangle�� Medium�� -�� (Please Specify GRADE 3 Fabric) Qty.3 CLIN 0014 � Part# A2A1J1C1X0 Compass��� Cabinet��� H1��� Mid, Standard Back� &� Navy� Sides,� (6) 3"" Totes & (2) 6"" Totes, No Doors, Casters Qty. 6 ��������� � CLIN 0015 � Part# Freight Qty. 1 CLIN 0016 � Part# Install Qty. 1 **NOTE:� Tables are curved rectangles and on wheels allowing multiple configurations.� Table tops are coated to withstand chemical use ** Description of requirements for the items to be acquired: The Air Force Test Center (AFTC), Edwards Air Force Base (EAFB), CA has a requirement to furnish the class to support the Science and Technology Academy for the Reinforcement of Basic Aerial and Space Exploration (STARBASE) facility on base.� Estimated Delivery: 45 DARO FOB: Destination Edwards AFB, CA The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition.� All provisions and clauses can be viewed in their entirety at acquisition.gov. ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included:� PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE:� a. UEI Number:� TIN Number:� CAGE Code:� Contractor Name:� Payment Terms (net30) or Discount:� Point of Contact and Phone Number:� Email address:� FOB (destination or origin):� Warranty (if applicable) Date Offer Expires The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services applies to this acquisition.� ADDENDUM to 52.212-2, Evaluation � Commercial Items.� 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 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.� Any resulting contract of this RFQ will be awarded as Firm Fixed-Price. Quotes will be evaluated to determine best value. Price, features of the supply, delivery terms, and warranty terms are all factors to be considered when determining best value. If options are included, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 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. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and CertificationsCommercial Products and Commercial Services, with its offer.� Completion of FAR 52.212-3 electronically at sam.gov is acceptable. The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Dec 2022), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Products and Commercial Services (Jun 2023), applies to this acquisition. The following clauses cited in FAR 52.212-5 apply to this acquisition:� FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) FAR 52.204-27 Prohibition on a ByteDance Covered Application FAR 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) FAR 52.219-8 Utilization of Small Business Concerns (Oct 2018) FAR 52.219-28 Post Award Small Business Program Representation (Jul 2013) FAR 52.222-3 Convict Labor (June 2003) FAR 52.222-19 Child Labor�Cooperation with Authorities and Remedies (Jan 2018) 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 (Oct 2015) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) FAR 52.222-37 Employment Reports on Veterans (Feb 2016) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (xiii) Additional Contract Requirement or Terms and Conditions: The following is a contemplated list of provisions/clauses; the final list of clauses is dependent upon actual dollar value of the contract award and may change from the list provided below. PROVISIONS� FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017) FAR 52.209-7 Information Regarding Responsibility Matters (Oct 2018) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) DFARS 252.213-7000 Notice of Prospective Suppliers on Use of Past Performance Information Retrieval SystemsStatistical Reporting in Past Performance Evaluations (Mar 2018) DFARS 252.215-7007 Notice of Intent to Resolicit (Jun 2012) DFARS 252.215-7008 Only One Offer (Oct 2013) DFARS 252.225-7000 Buy American Statute-Balance of Payments Program Certificate (Nov 2014) DFARS 252.225-7031 Secondary Arab Boycott of Israel (Jun 2005) DFARS 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (Dec 2018) DFARS 252.247-7022 Representation of Extent of Transportation by Sea (Aug 1992) CLAUSES� FAR 52.203-3 Gratuities (Apr 1984) FAR 52.204-21 Basic Safeguarding of covered Contractor Information Systems (Jun 2016) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016)� DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders (Dec 1991) DFARS 252.211-7003 Item Identification and Valuation (Mar 2016) DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7001 Buy American and Balance of Payments Program (Dec 2017) DFARS 252.225-7012 Preference for Certain Domestic Commodities (Dec 2017) DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Apr 2019) DFARS 252.227-7015 Technical Data � Commercial Items (Feb 2014) DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data (Sep 2016) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.232-7011 Payments in Support of Emergencies and Contingency Operations (May 2013) DFARS 252.243-7002 Requests for Equitable Adjustment (Dec 2012) DFARS 252.244-7000 Subcontracts for Commercial Items (Jun 2013) DFARS 252.247-7023 Transportation of Supplies by Sea (Feb 2019) DAFFARS 5352.201-9101 Ombudsman (JUN 2016) (xiv) Defense Priorities and Allocation System (DPAS): N/A (xv) Proposal Submission Information: Offers are due by 28 Sep 2023 at 10:00 AM Pacific Savings Time (PST).� Offers must be sent to Malika Jackson at malika.jackson@us.af.mil and Rebecca Snyder at rebecca.snyder.1@us.af.mil@us.af.mil via electronic mail.� No late submissions will be accepted. Please submit any questions regarding this solicitation, in writing to the POC email listed below. �QUESTIONS REGARDING THIS SOLICITATION ARE DUE 26 Sep 2023 on or before 4:00 PM Pacific Savings Time (PST).� (xvi) For additional information regarding this solicitation contact: Primary Point of Contact:� Contract Specialist Malika Jackson malika.jackson@us.af.mil Secondary Point of Contact:� Contracting Officer Rebecca Snyder rebecca.snyder.1@us.af.mil�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6e1e6f8597154af58b85e85374855f17/view)
- Place of Performance
- Address: Edwards, CA 93524, USA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN06844334-F 20230927/230925231120 (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 |