MODIFICATION
71 -- HDG RC FURNITURE - Amendment 1
- Notice Date
- 3/28/2018
- Notice Type
- Modification/Amendment
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Maryland, State Military Reservation, 301 Old Bay Lane, Havre de Grace, Maryland, 21078-4094
- ZIP Code
- 21078-4094
- Solicitation Number
- W912K6-18-Q-0018
- Point of Contact
- Julianne S. Hitch, , Gilberto Resto,
- E-Mail Address
-
julianne.s.hitch.civ@mail.mil, ng.md.mdarng.list.uspfo-arpc@mail.mil
(julianne.s.hitch.civ@mail.mil, ng.md.mdarng.list.uspfo-arpc@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- HDG RC Revised Furniture Floor Plan replaces original floor plan Questions and Answers 1-15 Set Aside: Total Small Business Classification Code: 71-Furniture NAICS Code: 337214-Office Furniture (except Wood) Manufacturing Subject: The scope of this project is for procurement of Modular and Freestanding furniture. Purpose: The Maryland Army National Guard is soliciting proposals for the supply and installation of modular and freestanding furniture, consisting of desks & chairs, classroom & break room tables and chairs, and office furnishings throughout the facility. Synopsis: "PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED." This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in the Federal Acquisition Regulations (FAR) 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 W912K6-18-Q-0018 is issued as a request for quotation (RFQ). The results of this requirement will be a Firm-Fixed priced (FFP) contract issued in accordance with FAR 13.5 procedures. The right to make no award is reserved in the event it is advantageous to the Government to do so. The RFQ is being conducted as a 100% small business set-aside. The associated North America Industrial Classification System (NAICS) Code for this procurement is 337214 "Office Furniture (except Wood) Manufacturing" and "Modular furniture systems (except wood frame), office-type, manufacturing" with a small business size standard of 1,000 employees. This requirement is a Total Set Aside for Small Business and only qualified offerors may submit quotes. This RFQ incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-97. This requirement will be awarded on an all or none basis as a commercial item Firm-Fixed Price contract under procedures on FAR Parts 12 and 13. Offer must be valid for 60 days. New Equipment ONLY, NO remanufactured or "gray market" items. All items must be covered by the required manufacturer's warranty. The Contractor shall extend to the Government full coverage under a normal commercial warranty. Acceptance of the warranty does not waive the Government rights with regard to the other terms and conditions of this contract. The Warranty Period shall begin upon final acceptance of all items provided to the Government by the Contractor. FAR Provisions and Clauses applicable to this acquisition can be obtained from the following website, http://farsite.hill.af.mil/. Contract Type and Evaluation Criteria: Award will be made to the responsive and responsible offeror whose offer results in the Best Value to the government as stated in Attachment 3: Evaluation Factors. The North American Industry Classification System (NAICS) is 337214 "Office Furniture (except Wood) Manufacturing" with a small business size standard of 1,000 employees. Site Visit: A site visit has been schedule for Thursday, March 29, 2018 at 2:00 PM at the following: Havre de Grace Readiness Center Maryland Army National Guard 301 Old Bay Lane Havre de Grace, Maryland 21078. USA Site visit is not mandatory but strongly recommended. Destination/Delivery: Shipping will be Free on Board (FOB) Destination to: Havre de Grace Readiness Center Maryland Army National Guard 301 Old Bay Lane Havre de Grace, Maryland 21078. USA Delivery Schedule : Delivery and installation schedule must be in terms of "calendar" days after receipt of contract award. Delivery schedule will include; delivery, assembly, and installation of furniture and equipment with removal of all debris from premises. Also refer to Attachment 3: Evaluation Factors Sheet. Acceptance Criteria: All Modular and Freestanding furniture will be free of damage upon delivery and fully operational after installation. No partial shipments unless otherwise specified at the time of order and properly installed at the delivery address. Notes: Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. System for Award Management (SAM) SAM.gov REGISTRATION IS FREE: There is NO FEE to register, or maintain your registration, in the System for Award Management (SAM.gov). If you receive an email from a company claiming to represent SAM.gov, be cautious. If you get an e-mail from a company offering to help you register in SAM.gov asking you to contact them and pay them money, be cautious. These messages are not from the Federal Government. It is FREE TO REGISTER in SAM.gov for any entity. You will need your DUNS number to register. Instructions for registering are on the web page provided. The solicitation and associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf Applicable Clauses/Regulations: 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/these address (es): http://farsite.hill.af.mil/ 52.252-2, Clauses Incorporated by Reference 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/these address (es): http://farsite.hill.af.mil/ 52.204-7, System for Award Management. 52.204-13, System for Award Management Maintenance. 52.211-6, Brand Name or Equal 52.212-1, Instructions to Offeror -- Commercial items 52.212-2, Evaluation -- Commercial Items Offeror must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with its offer or have an Online Representations and Certification Application which is current. 52.212-4, Contract Terms and Conditions -- Commercial Items 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items 52.222-50, Combating Trafficking in Persons 52.233-3, Protest after Award. 52.233-4, Applicable law for Breach of Contract Claim. 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Program Representation. 52.204-10, Reporting Executive Compensation on First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 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. 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while driving. 52.225-13, Restrictions on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer 52.225-18, Place of Manufacture 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representations 52.232-40-Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.237-1, Site Visit 52.237-2, Protection of Government Buildings, Equipment and Vegetation 52.246-16, Responsibility for Supplies 52.247-34, F.O.B. Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alt A, System for Award Management applies to this acquisition. 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System- Statistical Reporting in Past Performance Evaluations. 252.225-7001, Buy American and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payment 252.244-7000, Subcontracts for Commercial Items 252.247-7022, Representation of extent of transportation by sea 252.247-7023, Transportation of Supplies by Sea Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted via email to Mrs. Julianne S. Hitch at ng.md.mdarng.list.uspfo-arpc@mail.mil no later than Thursday, April 5, 2018 at 1:00 PM ET. Questions not received within the allowable time may not be considered. Telephone request will not be considered. Quotes Submission : Quotes should be submitted by email (preferred method) to the Contracting Office at ng.md.mdarng.list.uspfo-arpc@mail.mil ; no later than THURSDAY, April 19, 2018 AT 10:00 AM ET. If shipped/mailed to the Contracting Office (address below), please notify us by email with tracking number as this office is not the central receiving point for packages. Hand-carried quotes must be delivered to the Contracting Office in the USPFO Building (address below). Quotes shall be clearly marked RFQ W912K6-18-Q-0018. Offerors are hereby notified that if their quotes are not received by the date, time, and location specified in this announcement, it will not be considered by the agency. It is theresponsibility of the offeror to view the website for any changes or amendments to this RFQ. Quote per line item format as follows: 0001 HDG RC Furniture $ ________________________ 0002 IH Furniture $ ________________________ 0003 Delivery and Installation HDG RC $ ________________________ 0004 Delivery and Installation IH $ ________________________ Point of Contact: USPFO for Maryland, Contracting Division at ng.md.mdarng.list.uspfo-arpc@mail.mil. Contracting Office Address: USP&FO for Maryland Purchasing and Contracting Division 301 Old Bay Lane State Military Reservation Havre de Grace, Maryland 21078-4003 United States Primary Point of Contact: Mrs. Julianne Hitch Contract Specialist ng.md.mdarng.list.uspfo-arpc@mail.mil ATTACHEMENTS: 1. Scope of Work 2. Floor Plan (use Revised plan attached under Amendment 1) 3. Evaluation Factors 4. Amendment 1 Questions and Answers 1-15
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA18/W912K6-18-Q-0018/listing.html)
- Place of Performance
- Address: Havre de Grace Readiness Center, 301 Old Bay Lane, Havre de Grace, Maryland, 21078, United States
- Zip Code: 21078
- Zip Code: 21078
- Record
- SN04869613-W 20180330/180328231312-89997f3ef335518bc98c0626a9f9f4f5 (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 |