Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
SOLICITATION NOTICE

71 -- Off Base Atrium Furniture

Notice Date
2/16/2023 8:06:16 AM
 
Notice Type
Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
FA8601 AFLCMC PZIO WRIGHT PATTERSON AFB OH 45433-5344 USA
 
ZIP Code
45433-5344
 
Solicitation Number
FA860123Q0066
 
Response Due
2/21/2023 1:00:00 PM
 
Archive Date
03/08/2023
 
Point of Contact
Jerri Hunt, Amanda Hoyng
 
E-Mail Address
jerri.hunt@us.af.mil, amanda.hoyng@us.af.mil
(jerri.hunt@us.af.mil, amanda.hoyng@us.af.mil)
 
Description
COMBINED SYNOPSIS/SOLICITATION This combined synopsis/solicitation is expected to result in the award of a firm-fixed-price contract for furniture for AFLCMC/GBC, Off Base Atrium, as described under the requirements section of this combined synopsis/solicitation and accompanying requirements attachment. This combined synopsis/solicitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) FAC 2022-06, effective 26 May 2022; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20220623, effective 23 June 2022; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2022-0502, effective 2 May 2022. This announcement constitutes the combined synopsis/solicitation; proposals are being requested and a written solicitation will not be issued. An award, if any, will be made to the lowest priced Offeror who submits a proposal that: 1.� Conforms to the requirements of the combined synopsis/solicitation. 2.� Receives a rating of �Acceptable� on the Technical Capability evaluation factor. 3.� Contains the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. The combined synopsis/solicitation number for this requirement is FA8601-23-Q-0066 and is hereby issued as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items. The associated North American Industrial Classification System (NAICS) code is 337214 with a small business size standard of 1,000 employees.� This acquisition is not set aside for small business. Any qualified offeror may submit a proposal. �� This requirement is a Full and Open Competition. NAICS Code: 337214 � OFFICE FURNITURE (EXCEPT WOOD) MANUFACTURING Small Business Size Standard:� 1,000 employees The comparative evaluation consists of these Contract Line Items Number (CLIN), which should be structured in Attachment 3: CLIN Structure, Clauses and Provisions. All Offerers MUST submit Representations and Certification. Acceptable means of Submission:� All submissions must be submitted electronically to the following email addresses: jerri.hunt@us.af.mil and amanda.hoyng@us.af.mil by Tuesday, 21 February 2023 4:00 P.M. EST. Any correspondence sent via e-mail must contain the subject line �FA8601-23-Q-0066, Off Base Atrium Furniture� The entire proposal must be contained in a single e-mail, unless otherwise approved, including attachments. Please note: due to the e-mail server, any e-mails that exceed 5 megabytes might not go through. E-mails with compressed files are not permitted.� Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or content (i.e., .exe or .zip files).� Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson.� If sending attachments with email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent.� The email filter may delete any other form of attachments. A confirmation email will be sent once the proposal is received. If you do not receive a confirmation e-mail within 24 hours of submitting the proposal, please call or e-mail the point of contact listed on the solicitation. Submittal of proposals in response to this combined synopsis/solicitation constitutes agreement by the Offeror to all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. Failure to agree to the terms & conditions may result in the proposal to be determined non-responsive and as a result may not be selected for award. It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet website https://www.acquisition.gov.� The Government reserves the right to award without discussions or make no award depending upon the quality, price fairness, and price reasonableness of the proposals received.� Delivery Schedule:� ���������������� Installation to begin no later than 12 weeks after award finishes and design is finalized. � ����������������������������������������������� Delivery Destination:�������������������������� 1900 Founders Drive�������������� ����������������������� Dayton, OH 45420 Installation Schedule: Installation is expected to take three (3) to four (4) weeks. ������������ ����������������������������������� ����������������������������������������������� Delivery Type:� FOB Destination (As defined in FAR 2.101�Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) Inspection and Acceptance:� Both inspection and acceptance will be by the Government at Destination. Requirement: The contractor shall provide, deliver, and install furniture for the Atrium at 1900 Founders Drive, Dayton, OH 45420 in accordance with (IAW) the Statement of Work (SOW) dated 20 December 2022. See the attached Statement of Work (Attachment 1) for more details on specifications. The anticipated award is Firm-Fixed Price.� Basis for Award: The Government will award a contract resulting from this RFQ to the responsible Offeror whose offer conforms to the requirements outlined in Attachment 1 (SOW) and is most advantageous to the Government, price and other factors considered. Technical Capability and Price will be used to evaluate all offers. Technical or Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government�s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Price: The Government will evaluate the price by adding the total of all line item prices, including all options. The proposals may be in any format but MUST include: 1.� Proposing company�s name, address, DUNS number, Cage Code, and TIN. 2.� Point of contact�s name, phone, and email. 3.� Proposal number & date. 4. �Timeframe that the proposal is valid. 5.� Individual item price. 6.� Total price (Net 30), No Progress Payments. 7.� Shipping (FOB Destination). 8.� Completed copy of representations and certifications (Attachment 2) 9. Itemized price-list which includes the dimensions and specification of each typical.� 10. Provide overall floorplan drawing and detailed 3D renderings for each typical. Important Notice to Contractors:� Proposals MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements outlined in the Statement of Work (Attachment 1).� Important Notice to Contractors:� All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract.� SAM can be accessed at https://www.sam.gov.� Any award resulting from this combined synopsis/solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests.� Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form.� Wide Area Workflow � Receipt and Acceptance (WAWF � RA) is the DoD system of choice for implementing this statutory requirement.� Use of the basic system is at no cost to the contractor.� Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com.� Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. ADDITIONAL INSTRUCTIONS TO OFFERORS The following paragraphs in the provision at FAR 52.212-1-Instructions to Offerors-Commercial Items are tailored as follows: (a)��� North American Industry Classification System (NAICS) code is as specified above. (b)�� Submission of offers is as prescribed in the text of this combined synopsis/solicitation. Proposal Content:� Proposals shall consist of two separate parts, a technical proposal and a price proposal. Proposal Detail:� The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims.� The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements.� Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted. Embellishments Not Desired:� Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired.� Technical Proposal:� Describe how the offeror will provide for the furniture as described in the SOW. CLIN Structure can be found in Attachment 3: CLIN Structure, Clauses and Provisions. Attachments: Off Base Atrium SOW Revised 021623 Offeror Reps and Certs and FAR 52.204-24 CLIN Structure, Clauses and Provisions CLIN Export FA860123Q0066 21623 Atrium Drawings Memo for 2019-009 Interim FAR Rule Q and A Q0066 021623 NOTE: Attachment 7 - Q and A Q0066 was added to the solicitation on 7 February 2023 and Attachment 1 - SOW was revised on 6 February 2023 due to clarifications requested. * Due to issues with SAM.gov the drawing files are unsupported and cannot be attached to the combined synopsis/solicitation. Please contact the POC listed below for a copy of the drawing files. Please direct all questions to Jerri Hunt at jerri.hunt@us.af.mil or Amanda Hoyng at amanda.hoyng@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d316b855de5749b6b400e89d902a1e02/view)
 
Place of Performance
Address: Dayton, OH 45420, USA
Zip Code: 45420
Country: USA
 
Record
SN06594401-F 20230218/230216230118 (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.