United States - 140th Alert/Command Post Furniture
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 29 August 2019
- Opportunity publication date
- 09 August 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: Aug 08, 2019 10:43 am
THIS COMBINED SYNOPSIS/SOLICITATION IS SET ASIDE 100% FOR SMALL BUSINESS. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Synopsis/Solicitation notice; quotes are being requested and the written solicitation is incorporated below. Solicitation number W912LC-19-Q-5024 is being issued as a REQUEST FOR QUOTE (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-02 effective 6 May 2019. The North American Industry Classification System (NAICS) code is 337214 and the corresponding small business size standard is 1000 employees. The Government intends to issue a firm fixed price contract for the furnishing, delivery, and installation of office furniture at Buckley AFB, CO. Please reference solicitation # W912LC-19-Q-5024 on all correspondence. The Government will utilize simplified acquisition procedures in accordance with FAR Part 13. The Government reserves the right to cancel this solicitation, either before or after the response date. PARTIAL PROPOSALS WILL NOT BE CONSIDERED. PARTIAL AWARDS WILL NOT BE MADE.
Quotes due by: 29 August 2019 @ 12:00 P.M. MST, and pricing shall be good through 30 September 2019
A site visit will be held on 20 August 2019 @ 10:00 A.M. MST for all interested parties. Interested parties will be limited to two representatives for the site visit. Submissions must be sent using Attachment 3. Installation Access Roster - Site Visit Representative Info. Offerors are to fill out the empty blocks in Section II of the form. Offerors must submit their representatives information to the points of contact listed below no later than 15 August 2019 @ 2:00 P.M. MST in order to attend the site visit as this is the amount of time necessary for base security to clear them to come on base. Receipt of contact information after this time cannot be guaranteed to be approved in time for the site visit.
All questions are to be submitted, in writing via email, to the points of contact listed below. Questions are due to the Government no later than 22 August 2019 @ 12:00 P.M. MST. Responses to questions will be provided in the form of an amendment to the solicitation.
Although the site visit is not mandatory, it is highly encouraged in order to verify building spaces and measurements because offeror will be responsible for ensuring their quoted solution will work in each of the given spaces.
Notice to Offerors:
The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. All quotes must be valid through 30 September 2019.
In accordance with FAR 52.212-1(g) which is incorporated by reference, the Government intends to evaluate offers and award a contract without discussions with offerors. Please review 52.212-1 in its entirety.
POINTS OF CONTACT:
Primary - 2d Lt Jacob Geroux - jacob.i.geroux.mil@mail.mil
Alternate - MSgt Lucas Martineau - lucas.c.martineau.mil@mail.mil
Alternate - MSgt Christopher Stephenson - christopher.t.stephenson2.mil@mail.mil
Alternate - SSgt Erydin Bacon - erydin.b.bacon.mil@mail.mil
LIST OF ATTACHMENTS:
1. Statement of Need
2. Concept Layout
3. Furniture Price Schedule
4. Installation Access Roster - Site Visit Representative Info
DESCRIPTION OF SUPPLIES AND DELIVERY
Provide office furniture for Alert and Command Post in accordance with the attached Statement of Need, to include delivery and installation of office furniture.
Provide pricing for your quote on the attached Furniture Pricing Schedule (Attachment 2). Pricing schedule incorporates all the line items the Government has identified. Pricing schedule can be modified to add additional line items the Government may not have considered for this project.
Verify that the prices quoted reflect the most competitive pricing available to the government with regard to this Combined Synopsis/Solicitation.
All items must be delivered FOB Destination
QUOTE PREPARATION INSTRUCTIONS:
To ensure timely and equitable evaluation of Quotes, offerors shall adhere to the following instructions in preparing their quote and are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Failure to meet a requirement may result in an offer being ineligible for award. Offerors shall clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.
Page Size:
Page size shall be 8.5 x 11 inches. Pages shall be single-spaced. Except for the reproduced sections of the solicitation document, the text size shall be no less than Times New Roman 10 point. Use at least 1-inch margins on all sides of each page. Pages shall be numbered sequentially by volume. If there are discrepancies in page counts between paper and electronic submittals, the paper version shall take precedence.
Tables, Charts, Graphs, and Figures:
Legible tables, charts, graphs and figures shall be used wherever practical to depict organizations, systems and layout, implementation schedules, plans, etc. These displays shall be uncomplicated, legible, and shall not exceed 11 by 17 inches in size when printed. Foldout pages shall fold entirely within the volume, and count as two (2) pages. Foldout pages may only be used for large tables, charts, graphs, diagrams and schematics, and not for pages of text. For tables, charts, graphs and figures, the text shall be no smaller than 8 point.
PROVISIONS & CLAUSES:
THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE TO THIS ACQUISITION (Note: Provisions and/or clauses marked with a * require the offeror to provide responsive information as set forth within those provisions and/or clauses. This responsive information shall be submitted in the same format provided within those provisions or clauses at the time a Quote is submitted.):
• FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation (Jan 2017)
• FAR 52.204-7 System for Award Management (Oct 2018) - Provision
• FAR 52.204-13 System for Award Management Maintenance (Oct 2018)
• FAR 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) - Provision
• FAR 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016)
• FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Jun 2016)
• FAR 52.209-7 Information Regarding Responsibility Matters (Oct 2018) - Provision
FAR 52.212-1 Instructions to Offerors - Commercial Items, Addendum (Oct 2018) (Deviation 2018-O0018) - Provision
• FAR 52.212-3 Offeror Representations and Certifications - Commercial Items-Alt I (Oct 2014) - Provision
• FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2018)
FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) - Provision
FAR 52.223-15 Energy Efficiency in Energy-Consuming Products (Dec 2007)
• FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Aug 2018)
• FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013)
• FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
• FAR 52.246-16 Responsibility for Supplies (Apr 1984)
• FAR 52.247-34 F.o.b. Destination (Nov 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 (Nov 2011)
• 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 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016)
• DFARS 252.211-7003 Item Unique Identification and Valuation (Mar 2016)
• DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Mar 2018) - Provision
• DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2017)
• DFARS 252.225-7012 Preference for Certain Domestic Commodities (Dec 2017)
• DFARS 252.225-7021 Buy American and Balance of Payments Program (Dec 2017
• DFARS 252.225-7048 Export-Controlled Items (Jun 2013)
• DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)
• DFARS 252.232-7006 Wide Area Work Flow Payment Instructions (Dec 2018)
• DFARS 252.232-7010 Levies on Contract Payments (Dec 2006)
• DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991)
• 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)
Full Text Provisions, Clauses & Addendums
52.212-2 Evaluation - 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 and other factors considered. The following factors shall be used to evaluate offers:
i. Total Price Quote:
a. A total price quote for all items and all areas. Partial quotes and partial awards will not be considered. Price quote shall include completed Pricing Schedule that is attached to the solicitation along with any additional pricing information sheets.
ii. Technical Acceptance:
a. Compliance with all instructions provided under "Quote Preparation Instructions". Includes, but limited to: completed representations and certifications, quote format, other identified evaluation criteria, etc.
b. Offerors submitted design/concept must accommodate the number of workstations in each area as indicated on the attached Statement of Need.
*Note: A comparative evaluation will be conducted among all quotes received, and contract award will be based on the quote that represents the best value to the government given the outcome of the evaluation of quotes against the evaluation criteria.
(b) Options. 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).
(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.
• FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2019)
(a) The contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)
52.204-23, Prohibition of Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab and Other Covered Entities
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)
52.233-3, Protest After Award (Aug 1996)
52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006)
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018)
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 52.219-8 Utilization of Small Business Concerns
FAR 52.219-9 Small Business Subcontracting Plan
FAR 52.219-28 Post Award Small Business Program Representation (July 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)
FAR 52.222-50 Combating Trafficking in Persons (Jan 2019)
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
FAR 52.225-13 Restriction on Certain Foreign Purchases (Jun 2008)
FAR 52.232-33 Payment by Electronic Funds Transfer System of Award Management Registration (Oct 2018)
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: N/A
(d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) - Provision
The offeror represents that:
(a) It has, has not participated in a previous contract or subcontract subject to the Equal
Opportunity clause of this solicitation;
(b) It has, has not filed all required compliance reports; and
(c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards.
FAR 52.222-25 Affirmative Action Compliance (Apr 1984) - Provision
The offeror represents that:
(a) It has developed and has on file, has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2); or
(b) It has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor.
FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: acquisition.gov.
FAR 52.252-2 Clause 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 address: acquisition.gov.
FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.
(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chap 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
LOCAL REQUIREMENTS
A. CHANGES TO CONTRACT / PURCHASE ORDER / DELIVERY ORDER
The Contracting Officer (CO) is the only person authorized to approve changes or modify any of the requirements under the resulting contract and, notwithstanding any clauses contained elsewhere in this contract, the said authority remains solely with the CO. In the event the Contractor effects any such change at the direction of any person other than the CO, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof.
Contractual problems, of any nature, which might occur during the life of the contract shall be handled in conformance with public law and regulations and shall be referred to the CO for resolution. Only the CO is authorized to formally resolve such problems. Therefore, the contractor is here directed to bring all such contractual problems to the immediate attention of the CO. Any request for contract changes/modification shall be submitted to the CO
B. SAM.GOV REGISTRATION
All contractors shall be registered at System for Award Management (SAM.GOV) https://www.sam.gov/portal/public/SAM/ in order to be considered for award.
Invoice payment cannot be made if a contractor has not been registered through the System for Award Management (SAM). This is a single entry point for contractor's to process SAM, Online Representations and Certifications Application (ORCA), and Excluded Parties List System (EPLS). Invoices received from a contractor who fails to maintain active SAM registration are considered to be improper and may be returned. The contractor is responsible to maintain active SAM registration until final payment has been made. SAM registration shall be updated and renewed annually. If the contractor chooses not to publish their information in SAM.GOV, you SHALL fill out and return FAR Provision 52.212-3 Offeror Representations and Certifications - Commercial Items to include the Tax Identification Number within this Provision.
- Opportunity closing date
- 29 August 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of the Army 140 MSG/MSC, CO ANG United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.