SOLICITATION NOTICE
71 -- Furniture
- Notice Date
- 9/24/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337211
— Wood Office Furniture Manufacturing
- Contracting Office
- MICC - Fort Dix (RC - East), 5418 South Scott Plaza, Fort Dix, NJ 08640-5097
- ZIP Code
- 08640-5097
- Solicitation Number
- W911S1-12-Q-XXX1
- Response Due
- 9/25/2012
- Archive Date
- 11/24/2012
- Point of Contact
- Jake Perrotta, (609) 562-2703
- E-Mail Address
-
MICC - Fort Dix (RC - East)
(jake.r.perrotta.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- 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; quotes are being requested and a written solicitation will not be issued. Solicitation Number: W911S1-12-Q-XXX1; The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-59, 15 June 2012 (i) This solicitation document is issued as a Request for Quote (RFQ) for Furniture. Delivery and Installation Locations: Army Career and Alumni Program (ACAP) 5418 South Scott Plaza Fort Dix, NJ 08640 SOR/AER Building 5428 Delaware Avenue Fort Dix, NJ 08640 FAR 52.211-6 Brand Name or Equal SEE ATTACHED FOR SCHEDULE B. (ii) Notice of Total Small Set-Aside Solicitation. This solicitation is a Total Small Set-Aside solicitation. The associated NAICS code is 337211, with size standard of 500EMP. (iii) The requirement shall be Firm Fixed Price (FFP). (iv) Provision at FAR 52.252-1 Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. Provision at FAR 52.252-2 Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. Addendum to 52.212-1 Instructions to Offerors--Commercial Items JUN 2008: Paragraphs (d), (e), (h), and (i) are hereby deleted from the above referenced provision. Paragraph (c) Period for acceptance of offers is hereby changed from 30 calendar days to 60 calendar days (v) Provision at FAR 52.212-2, Evaluation Commercial Items, applies to this acquisition and or Basis of Award. Technical and Price. (vi) Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offfers are to include a completed copy). The contractor shall be registered in the System for Award Management (SAM) at https://www.sam.gov. (vii) Invoicing and Payments (Wide Area Work Flow (WAWF): All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line item numbers (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. An interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. (viii) The following FAR clauses apply to this acquisition: 52.204-7, Central Contractor Registration; FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. Addendum to FAR 52.212-4 Contract Terms and Conditions--Commercial Items Jun 2010: The following paragraphs are hereby deleted from the FAR Clause 52.212-4: (h), (n), (o), and (p). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil): 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6 Brand Name or Equal; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities;52.222-37, Employment Reports on Veterans; 52.222-41, 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving;52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION). (ix) The following DFARS clauses apply to this acquisition: DFARS 252.204-7004, Alternate A Central Contractor Registration; DFARS 252.211-7003, Item Identification Valuation; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.246-7000, Material Inspection and Receiving Report; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; Applicable additional clauses under DFARS 252.212-7001 are as follows: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.232-7003, Electronic Submissions of Payment Requests; 252.247-7023, Transportation of Supplies by Sea with Alternate III. (x) Additionally the following clauses are added to this combined synopsis/solicitation and considered applicable to this acquisition: 5152.209-4000, DoD Level Antiterrorism (AT) Standards (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 Officers 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. 5152.233-4000, AMC-Level Protest Program 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 Government Accountability 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 Material Command Office of Command Counsel 9301 Chapel 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 Material Command Office of Command Counsel Room 2-1SE3401 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. REQUIRED RESPONSE DATE: Quotes MUST be received by 1100EST Monday, September 25, 2012. Electronic submissions via email or facsimile (fax) will be accepted. If you An official authorized to bind your company shall sign the quote. Questions concerning this solicitation should be addressed to Jake Perrotta, Contract Specialist, via email at jake.r.perrotta.civ@us.army.mil. All questions or inquiries must be submitted in writing/e-mail. Submission of quote, through alternative electronic points of entry, will be deemed unacceptable. The quote will need to be completed and sent via electronic email or fax to the contracting specialist; either to jake.r.perrotta.civ@mail.mil or fax # (609) 562-3625.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b638049128b15f818edbc1f0d1a05310)
- Place of Performance
- Address: Army Career and Alumni Program (ACAP) 5418 South Scott Plaza, Fort Dix NJ
- Zip Code: 08640-5097
- Zip Code: 08640-5097
- Record
- SN02895861-W 20120926/120925001852-b638049128b15f818edbc1f0d1a05310 (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 |