MODIFICATION
71 -- FURNITURE AND INSTALLATION, FORT SILL, OK.
- Notice Date
- 9/7/2012
- Notice Type
- Modification/Amendment
- NAICS
- 337122
— Nonupholstered Wood Household Furniture Manufacturing
- Contracting Office
- MICC - Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
- ZIP Code
- 73503-0501
- Solicitation Number
- W9124L10202523
- Response Due
- 9/12/2012
- Archive Date
- 11/11/2012
- Point of Contact
- DEIDRA ZERZAVY, 580-442-5204
- E-Mail Address
-
MICC - Fort Sill
(deidra.zerzavy@us.army.mil)
- Small Business Set-Aside
- HUBZone
- Description
- 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 solicitation; proposals are being requested and a written solicitation will not be issued. COMBINED SYNOPSIS/SOLICITATION (I)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, 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. (II)This Solicitation W9124L-10202523 is a Request for Quote (RFQ) for Furnishings for Buildings 5715 and 343 in accordance with the Government's requirement. (III)This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-60, effective July 26, 2012. (IV)This is set aside 100% for Hub Zone Business and the associated NAICS code is 337122, size standard is 500 employees. ***NOTICE TO OFFERORS: The Government requirement is for any award made from this solicitation to be a turnkey purchase including, but not limited to, the following: 1. Shipping and delivery. 2. Staging at or near installation site. 3. Unpacking. 4. Checking all items for defects or shipping damage. 5. Installation. 6. Contractor shall provide a floor plan for the install. The Government will evaluate the purchased items for fit and use in the allotted space. 7. Contractors shall prepare a CADD furniture plan in DGN (Autocad) format version that is compatible with MicroStation V8 SM. Proposal submission shall be in CADD and PDF format so that the Offerors can provide their furniture plan in scale. 8. Furniture manufacturer and product sheets shall be submitted with offer. 9. Wood stain colors availability shall be submitted with offer. All quotes/proposals are due no later than 10 September 2012. Quotes/Proposals will be evaluated using procedures in FAR Part 13.106 and awarded to the responsive offeror that includes items 1-9 listed above. Offers submitted without all items will be considered non-responsive and removed from consideration. Offerors shall provide an estimated delivery date for all furniture pieces listed in the Bid Schedule included as a Technical Exhibit. Upon delivery, furniture may require storage at a location that is not the final destination. Offers shall include offeror's DUNS, CAGE, and federal tax identification numbers; e-mail addresses requested. Staybridge Suites quality furniture, or better, is required for these Distinguished Visitor Quarters (DVQ). Offerors shall provide the manufacturer and manufacturer part numbers of furniture. Energy Star Ratings for appliances shall be provided with your proposal. All proposed items are subject to the Government's review and approval. Websites for viewing furniture examples are welcome, but not required. The Government will award this requirement all or none. Questions are to be submitted by 29 August 2012. There will be a site visit scheduled to view both DVQs 28 August 2012. Attendance is encouraged, but is not mandatory. CURRENT/ACTIVE SAMS REGISTRATION REQUIRED. CLIN 0001:Furnishings for Building 343 (Wichita House), See Attachment 4 - Itemized Spreadsheet for items requested. Quantity: 1 Each CLIN 0002 Labor/Installation for Wichita House Quantity: 1 Each CLIN 0003 Contract Manpower Report due 31 October 2012. Quantity: 1 Each CLIN 0004:Furnishings for Building 5715 (Little House), See Attachment 5 - Itemized Spreadsheet for items requested. Quantity: 1 Each CLIN 0005 Labor/Installation for Little House Quantity: 1 Each CLIN 0006 Contract Manpower Report due 31 October 2013. Quantity: 1 Each ALL SHIPMENTS FOB DESTINATION All quotes shall be submitted by September 7, 2012, at 4:00 p.m. CST. SUBMIT ALL QUOTES ELECTRONICALLY TO: Deidra Zerzavy at Deidra.zerzavy@us.army.mil (Contract Specialist) AND Lisa G. Slagle lisa.g.slagle@us.army.mil (Contracting Officer) (V) Replace all existing furnishings with new furnishings equal to or exceeding qualitative levels of InterContinental Hotels Group (IHG) Staybridge Suites Lodging. Contractor shall be responsible for all activities regarding the installation of furniture. All appliances shall be stainless steel finish, and of dimensions to fit into existing cabinetry. Drawer pulls, knobs, or other metal in stands, chests, or end tables shall be brushed nickel. (VI) The requirement shall be Firm Fixed Price (FFP) (VII) Delivery shall be 60 days After Receipt of Order (ARO). (VIII) The following clause applies to this acquisition: Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors--Commercial items. (IX) REGULATIONS The site of the contracted work is on a military reservation, and rules and regulations issued by the Commander, Fort Sill, or other appropriate commanders, covering fire, safety, sanitation, severe weather requirements, admission to installation/facility and conduct of operations shall be observed by the Contractor and his employees. Offerors are to provide a copy of their Offeror Representations and Certifications- Commercial Items and a completed attached form DFARS 252.209-7999. i. The following FAR clauses apply to this acquisition: 52.204-7 - Central Contractor Registration. 52.204-9 -- Personal Identity Verification of Contractor Personnel, 52.212-4, Contract Terms and Conditions-Commercial Items, 52.247-34 -- F.o.b. - Destination. The following DFAR clauses apply to this acquisition: 252.201-7000 Contracting Officer's Representative, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control of Government Personnel Work Product, 252.204-7004 Alternate A, Central Contractor Registration, 252.211-7003 Alt 1 Item Identification and Valuation, 252.232-7010 Levies on Contract Payments, 252.243-7001 Pricing of Contract Modifications. ii. The following clauses will be incorporated into award in full text: 52.252-2, 52.246-2, 252.212-7001, 252.232-7003. iii.The following clause is applicable to this acquisition: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. The following FAR clauses within the aforementioned clause are being selected as applicable: 52.204-10, 52.209-6, 52.209-10, 52.219-3, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33. iv. The following clause is applicable to this acquisition: DFARS Clause 252-212- 7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items: 252.203-7000, 252.225-7001, 252.225-7036 Alt 1, 252.232-7003, 252.247-7023, 252.247-7023 Alt III. v.The following provisions will be incorporated into this solicitation by reference: 52.212-1-Instructions of Offerors - Commercial Items, 52.215-20 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data vi.The following provisions will be incorporated into this solicitation by full text: 52.212-3 Offeror Representation and Certifications-Commercial Items, 52.252-1 Solicitation Provisions IBR, 252.215-7008 Only One Offer. 252.209-7999Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW {DEVIATION 2012-00004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [x] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [x] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) i. AMC AGENCY LEVEL PROTEST PROCEDURES If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program. the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527. Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command counsel Room 2-1 SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) ii. DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) a. Pursuant to Department of Defense Instruction Number 2000.16, "DoD Antiterrorism (AT) Standards," dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. b. In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. c. Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) CLARIFICATIONS AND ADDITIONAL REQUIREMENTS APACHE GATE DELIVERY INFORMATION All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (approximately 0.5 mile). Entrance to Apache Gate is on the left (south). CONTRACTUAL AUTHORITY No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. APPLICABLE WAGE DETERMINATION (S) The following U.S. Department of Labor Wage Determination (s) is (are) applicable to this procurement: (a copy of each Determination is incorporated herein and made a part hereof at Attachment 2. Wage Determination No Date 05-2525 Revision 146/19/2012 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES In accordance with FAR Clause 52.222-42 "Statement of Equivalent Rates for Federal Hires" incorporated into this contract by reference by FAR Clause 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items," the following information is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION EMPLOYEE CLASSMONETARY WAGE-FRINGE BENEFITS* Laborer$10.98- 40.7% Truck Driver- Medium$13.70- 40.7% Electrician$22.64- 40.7% EVALUATION AND AWARD The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, socio-economic status and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 8.405-5(b) and/or FAR 13.106-2(b). INSURANCE REQUIREMENTS In addition to any Insurance which may be legally required, the Contractor and any subcontractors shall procure and maintain during the entire period of performance under this contract the following minimum insurance coverage: (See FAR 28.307-2) a. COMPREHENSIVE GENERAL LIABILITY INSURANCE: Bodily injury liability insurance in the minimum limits of $500,000 per occurrence and property damage liability insurance in the minimum limits of $100,000 per occurrence shall be required on the comprehensive form of policy. b. AUTOMOBILE LIABILITY INSURANCE: This insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. c. WORKER'S COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE: As required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such state will be satisfactory. The required Workman's Compensation Insurance shall extend to cover employer's liability for accidental bodily insurance or death and for occupational disease with a minimum liability limit of $100,000. PROOF OF INSURANCE 1. At all times during performance, the Contractor shall maintain with the Contracting Officer either: (a) A current Certificate of Insurance (COI) showing at least the insurance required above and providing for a firm 30 day written notice to the Contracting Officer by the Insurance Company prior to cancellation or any material change in policy coverage. The statement that "failure to provide such notice relieves the insurance company of any liability" shall not be written into the COI. (b) A Certificate of Compliance, executed by an officer of the Contractor's firm, certifying that the firm will comply with the insurance requirements stated in this contract at all times during performance of this contract. (A Certificate of Compliance will be provided to the Contractor upon contract award.) 2. A Certificate of Insurance from the Contractor's insurance company or a Certificate of Compliance shall be furnished to the Contracting Officer 10 calendar days prior to contract performance. 3. Failure to maintain the required coverage may result in termination of the contract. IDENTIFICATION OF CONTRACTOR EMPLOYEES AND VEHICLES Each side of Contractor-owned vehicles shall bear the Contractor's name in 2-inch letters. Each Contractor employee shall possess an identification card to include employee's name, name of Contractor, current photo, and card serial number. Additionally, each Contractor employee shall display on his/her person a badge or name tag which shall include the name of the employee and the Contractor's name. The Contractor shall collect Contractor furnished identification badges upon termination of employee. CONDUCT OF EMPLOYEES The Contractor's employees shall not be permitted to carry firearms, knives or other lethal weapons while on Fort Sill. CHANGES Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. WIDE AREA WORKFLOW (WAWF) BILLING INSTRUCTIONS **Contractors are required to use the Invoice and Receiving Report (Combo) type when invoicing.** DO NOT USE: The Fast Pay Option Use the following DoDAAC's when inputting invoices and/or receiving reports. Administered By: W9124L Payment Official: HQ0490 Issued By: W9124L Ship To: W44DQ7 NOTE: Failure to include the following additional email addresses for the Specialist and Acceptor could result in a delay in payment of your invoice. ACCEPTOR POC: Insert Name Here ACCEPTOR EMAIL: insert name here@us.army.mil SPECIALIST EMAIL: deidra.zerzavy@us.army.mil For WAWF issues contact: WAWF Customer Service at 1-866-618-5988 / 1-801-605-7095 or by email at cscassig@csd.disa.mil For Receiving Report inquiries contact: Acceptor POC identified above. ACCOUNTING FOR CONTRACT SERVICES The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollar paid this reporting period (including sub-contractors): (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (The Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information.; (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the Unites states and nearest city, county, when in a overseas location, using standardized nomenclature provided on website; (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees employed in theater this reporting period (by country). Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. SITE VISIT: There will be a site visit for this project on August 28, 2012, at 8:30 AM CST. It would be to the advantage of all interested bidders to attend this site visit. SITE VISIT ARRANGEMENTS An organized site visit has been arranged to inspect the site where these services are to be performed. The site visit will be on August 28, 2012, at 8:30 a.m. local time. Persons attending the site visit should be at Mission and Installation Contracting Command, 1803 Macomb Road, Fort Sill, OK no later than 8:15 a.m. local time on August 28, 2012. Due to the limited space available, each concern should limit the number of their representatives attending to two (2) persons. Written or telephonic notification of attendance must be received by the Contracting Officer not later than August 27, 2012, @ 2:00 p.m. Point of contact is Deidra Zerzavy at telephone number 580-442-5204 or e-mail at deidra.zerzavy@us.army.mil. CLARIFICATION OF THIS SOLICITATION Prospective bidders are cautioned against soliciting views, clarification, interpretations, etc., of this solicitation from agencies or individuals of the Government other than the office issuing this solicitation. Any desired explanation of this solicitation should be made in writing to Deidra Zerzavy at email deidra.zerzavy@us.army.mil and Lisa G. Slagle (KO) at email lisa.g.slagle@us.army.mil. Clarifications and/or questions are due 29 August 2012 by 12:00 PM CST. Sufficient time should be allowed for a reply to reach bidders/offerors before submission of their bids/offers. No phone calls, email only. Oral explanations will not be binding. INTERRUPTION OF GOVERNMENT PROCESSES If an emergency or unanticipated event interrupts normal Government processes so that quotations/proposals/bids cannot be received at the office designated for receipt by the exact time specified in the IFB/RFQ/RFP, and urgent Government requirements preclude an amendment or other notice of an extension of the bid opening/closing date, the time specified for receipt of quotes/proposals/bids will be deemed to be extended to the same time of day specified in the IFB/RFP/RFQ on the first work day on which normal Government processes resume. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office. NOTICE OF AWARD 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. IDENTIFICATION OF CONTRACTOR EMPLOYEES The contractor shall provide each employee an identification (ID) badge on contract start date, or on employment start date. The ID badge shall be made of nonmetallic material. The badge shall be easily readable and include employee's name, contractor's name, functional area of assignment, and color photograph. The ID badge template shall be approved by the contracting officer or their designee before contract start date or within 10 working days of inclusion of this clause in a contract. Display of ID Badge. Contractor personnel shall wear the ID badge at all times when performing work under this contract to include attending Government meetings and conferences. Unless otherwise specified in the contract, each contractor employee shall wear the ID badge in a conspicuous place on the front of exterior clothing and above the waist except when safety or health reasons prohibit such placement. Answering Telephones. Contractor personnel shall identify themselves as contractor employees when answering Government telephones. Utilizing Electronic Mail: When contractor personnel send e-mail messages to Government personnel while performing on this contract, the contractor's e-mail address shall include the company name together with the person's name. When it is necessary for contractor personnel to have a user address on a Government computer, the Government shall ensure that person's e-mail address includes the name of their company. Work Force: The successful bidder shall not hire persons not legally residing in the United States of America. (End of Clarifications) List of Attachments: Attachment 1-Wage Determinations Attachment 2-Floor Plan, Building 343 (Wichita House) Attachment 3-Floor Plan, Building 5715 (Little House) Attachment 4-Itemized List, Wichita House Attachment 5-Itemized List, Little House
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4c40ba16f283f47784a414e2a3c7f5be)
- Place of Performance
- Address: MICC - Fort Sill 1803 MACOMB ROAD Fort Sill OK
- Zip Code: 73503-4433
- Zip Code: 73503-4433
- Record
- SN02872138-W 20120909/120907235858-4c40ba16f283f47784a414e2a3c7f5be (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |