Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 20, 2017 FBO #5810
SOLICITATION NOTICE

54 -- Wall Partitions - SOW - Offices Drawing - RFQ

Notice Date
10/18/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
FA4418-18-R-0003
 
Archive Date
11/22/2017
 
Point of Contact
Charles Catungal, Phone: 8439634551, Jacqueline Brown, Phone: (843) 963-5857
 
E-Mail Address
charles.catungal.1@us.af.mil, jacqueline.brown.1@us.af.mil
(charles.catungal.1@us.af.mil, jacqueline.brown.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quote (RFQ) Bldg 178 2nd Floor Offices Drawing Statement of Work (SOW) COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 & 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is FA441818R0003 and is being issued as a Request for Proposal (RFP). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, Dated 19 Jan 2017. (iv) This acquisition is unrestricted. The associated NAICS code is 332311 with a size standard of 750 employees. (v) Contractors shall submit a proposal for the purchase of new Wall Partitions to include installation and removal of existing modular walls in accordance with the attached SOW dated 05 Oct 2017. All responsible sources may submit a proposal, which shall be considered. A firm fixed price contract is contemplated. (vi) Line Items: The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following item(s): Wall Partitions with the following minimum salient characteristics: -Size: 8' High x 39.2 Liner ft. -3'x7' Solid Core Laminate Doors -Cortland 2600 lockset on each door -Grade 2 Vinyl Wrapped Gypsum -Health guard Insulation -All hardware, connecting brackets, and floor/ceiling/ wall anchors -Cat 6 data cabling and phone conduit -Duplex Outlets, wire harness to ceiling access on each wall (vii) The delivery and installation shall be within 60 days after award of contract. FOB: Destination, Bldg 178 Joint Base Charleston- Air Base, SC, 29404. (viii) A Site Visit will be conducted at Bldg 178, Joint Base Charleston-Air Base, SC 29404 at 10:00 AM (EST) on 26 October 2017, for any interested parties. All interested companies shall submit the company name and all employees that will be in attendance by 12:00 PM (EST) on 23 October to 2d Lt. Charles Catungal, Contract Specialist, at charles.catungal.1@us.af.mil. Additional documentation may be required to obtain base access. (ix) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) (x) FAR 52.212-1, Instructions to Offerors - Commercial. Contactors must submit a description of how the vendor proposes to meet the requirements of the Statement of Work. Contractors shall provide sufficient information for the Government to determine the approach is acceptable/ unacceptable based on the Statement of Work. FAR 52.212-2, Evaluation - Commercial Items Evaluation. 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 in the following relative order of importance: 1. Price 2. Technical capability of the item offered to meet the Government requirement. At a minimum the proposal shall list the salient characteristics listed in paragraph (vi) above. The Government will award a contract to the lowest priced, technically acceptable offer. (xi) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xii) The clause at FAR 52.212-4, Contract Terms and Condition-Commercial Items, applies to this acquisition. (xiii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015), applies to this acquisition. (xiv) The following clauses are applicable to this procurement: • FAR 52.204-7, System for Award Management • FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations • FAR 52.211-6 Brand Name or Equal • FAR 52.211-17 Delivery of Excess Quantities • FAR 52.219-6 Notice of Total Small Business Set-aside • FAR 52.219-28 Post Award Small Business Representation • FAR 52.222-21 Prohibition of Segregated Facilities • FAR 52.222-50 Combat Trafficking in Persons • FAR 52.225-1 Buy American Act - Supplies Offerors are reminded that the buy American Act restricts the purchase of supplies that are not domestic end products • FAR 52.225-13 Restriction of Certain Foreign Purchases • FAR 52.232-33 Payment by Electronic Funds Transfer- System for Award Management • FAR 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) • FAR 52.233-3 Protest After Award • FAR 52.253-1 Computer Generated Forms • DFARS 252.204-7004 Alt A. System for Award Management • DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at http://wawf.eb.mil/. The WAWF routing information will be provided upon award) • DFARS 252.246-7000, Material Inspection and Receiving Report AFFARS 5352.201-9101 Ombudsman 5352.201-9101 OMBUDSMAN (July 2017) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsmen, Ms. Susan Madison, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, 618-229-0267, fax 618-256-6668, email: susan.madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman levels, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) (xv) Defense Priorities and Allocations System (DPAS): N/A (xvi) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 07 November 2017 no later than 2:00 PM Eastern Standard Time. Requests should be marked with solicitation number FA441817R0003. (xvii) Address questions to 2d Lt. Charles Catungal, Contract Specialist, at (843) 963-5183, fax (843) 963-3327, charles.catungal.1@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-18-R-0003/listing.html)
 
Place of Performance
Address: Bldg 178, Joint Base Charleston- Air Base, Charleston AFB, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN04716337-W 20171020/171018230848-c5dd657760e88afc930d731755b7015c (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 |
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.