Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2018 FBO #6096
SOLICITATION NOTICE

71 -- 176 WG Furniture 18 - Attachment 1 - Past Performance Reference Questionnaire - Attachment 2 - Pricing Schedule - Attachment 4 - Statement of Work - Attachment 3 - Scope of Work

Notice Date
7/31/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337211 — Wood Office Furniture Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 176 MSG/MSC, AK ANG, KULIS ANG BASE, 5005 RASPBERRY ROAD, BLDG 23, ANCHORAGE, Alaska, 99502-1998, United States
 
ZIP Code
99502-1998
 
Solicitation Number
W91ZRU-18-Q-5017
 
Archive Date
10/1/2018
 
Point of Contact
176 Contracting Office, Phone: 907-551-0245
 
E-Mail Address
176MSG.MSC.Vendors@us.af.mil
(176MSG.MSC.Vendors@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 3 - Scope of Work Attachment 4 - Statement of Work Attachment 2 - Pricing Schedule Attachment 1 - Past Performance Reference Questionnaire COMBINED SYNOPSIS/SOLICITATION ‘COMBO': 176 WG Furniture (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation is for an end-of-year requirement. Funds are currently NOT available. Submission of a quote does not obligate the government to make an award. If this requirement is awarded, it will be awarded as a firm-fixed price contract. (ii) Solicitation W91ZRU-18-Q-5017 is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, effective 24 Jan 2018. The DFARS provisions and clauses are those in effect to DPN 20180418, effective 20 Apr 2018. The AFARS provisions and clauses are those in effect to 2013 Edition AFARS Revision #26, effective 17 Apr 2018. (iv) This requirement is solicited under 100% Small Business Set-Aside. The North American Industrial Classification System (NAICS) code associated with this procurement is 337211 with a small business size standard of 1000 employees. (v) The Pricing Schedule is incorporated as Attachment 2. Vendors shall complete Attachment 2 in its entirety and return with any other documentation/data as required by this Combo. (vi) The government intends to award a firm-fixed price contract for the following: Pricing Schedule (vii) Delivery shall be FOB Destination. Contractor shall include delivery schedule information on the Pricing Schedule, Attachment 1. All items shall be delivered to: Joint Base Elmendorf-Richardson, Anchorage Alaska, 99506 (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jan 2017) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum: 1. To assure timely and equitable evaluation of the proposal, the vendors must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. 2. Specific Instructions: The response shall consist of three (3) separate parts: Part 1 - Past Performance - Submit one (1) copy of Attachment 1 - Past Performance Reference Questionnaire as well as up to three (3) references (see attachment 1 for more details). The Contracting Officer (KO) may elect to reference any form of past performance retrieval systems to supplement their evaluation to include, FAPIIS, CPARS, PPIRS, SAM, etc. Part 2 - Price - Submit one (1) copy of Attachment 2 - Pricing Schedule and any pertinent additional information, to include Product Warranties. Part 3 - Design - Submit one (1) copy of design submittals/drawings. Design may be evaluated based on ingenuity, space savings, number of occupants, among other possible factors. 3. Award will be made to the vendor whose quote is conforming to the solicitation and represents the best value in relation to past performance, price and design. The Contracting Officer shall determine the ranking or importance of the best value determination factors. 4. Site Visit. An organized site visit has been scheduled for: Tuesday, 07 August 2018 at 9:00 AM Participants will meet at 7252 Gibson Ave., 176 CES at JBER, AK 99506. Contractors interested in attending must provide the following information NO LATER THAN 11:59AM AKST (local) 03 August 2018 to ensure access to the military base (unless they already have secured base access): REQUIRED INFORMATION Attendee's Full Name (First, Last, M.I.) Name of Company To: TSgt Zach Gowin 176MSG.MSC.Vendors@us.af.mil The furnishing of the above information is voluntary; however, your failure to furnish all or part of the requested information may result in the Government's denial of your access on base. This information will be provided to the Base Security Forces who will authorize your entrance to the site. Upon checking in to the Visitors Center (Boniface Gate), you must state that access (1 day pass) was requested online by the 176th Contracting Office. You will be required to present the following information upon arrival at the main gate the day of the site visit: (1) Vehicle Registration, (2) Valid Driver's License, (3) Proof of Insurance for Vehicle, (4) Safety Inspection and Car Rental agreement if applicable. Any of the above information furnished by you is protected under the Privacy Act and shall not be released unless permitted by law and/or you have consented to such. 5. IMPORTANT NOTE: Floor plans will be provided at the time of the site visit due to operational security (OPSEC) concerns. However, prospective vendors are still responsible for the accuracy of all measurements and are responsible for obtaining and verifying all measurements. No relief shall be granted for errors related to the measurement of spaces and accuracy of floor plans. (ix) FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below: (a) The Government will award a contract resulting from this solicitation to the responsible vendor whose quote 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) Past Performance (ii) Price (iii) Design (b) Past performance, Price and Design will be considered. The Government intends to evaluate quotes and award without exchanges, but reserves the right to conduct exchanges. Therefore, the vendor's initial quote should contain the vendor's best terms from a best value standpoint. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (x) Each vendors shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Nov 2017), are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Jan 2018 is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition: FAR 52.203-3 Gratuities Apr 1984 52.203-6 Alt I Restrictions on Subvendor Sales to the Government Oct 1995 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions Sep 2007 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights Apr 2014 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper May 2011 52.204-7 System for Award Management Oct 2016 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2016 52.204-16 Commercial and Government Entity Code Reporting Jul 2016 52.204-17 Ownership or Control of Offeror Jul 2016 52.204-18 Commercial and Government Entity Code Maintenance Jul 2016 52.204-19 Incorporation by Reference of Representations and Certifications Dec 2014 52.204-20 Predecessor of Offeror Jul 2016 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations - Representation Nov 2015 52.209-5 Certification Regarding Responsibility Matters Oct 2015 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Oct 2015 52.209-7 Information Regarding Responsibility Matters Jul 2013 52.209-9 Updates of Publically Available Information Regarding Responsibility Matters Jul 2013 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law Feb 2016 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items Oct 2014 52.212-4 Contract Terms and Conditions--Commercial Items Jan 2017 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items Jan 2017 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 52.219-8 Utilization of Small Business Concerns Nov 2016 52.219-14 Limitations on Subcontracting Jan 2017 52.219-28 Post Award Small Business Program Representation Jul 2013 52.222-3 Convict Labor Jun 2003 52.222-19 Child Labor--Cooperation With Authorities and Remedies Oct 2016 52.222-21 Prohibition of Segregated Facilities Apr 2015 52.222-22 Previous Contracts and Compliance Reports Feb 1999 52.222-26 Equal Opportunity Sep 2016 52.222-35 Equal Opportunity for Veterans Oct 2015 52.222-36 Equal Opportunity for Workers with Disabilities Jul 2014 52.222-37 Employment Reports on Veterans Feb 2016 52.222-40 Notification of Employee Rights Under the National Labor Relations Act Dec 2010 52.222-50 Combating Trafficking in Persons Mar 2015 52.222-59 Compliance With Labor Laws (Executive Order 13673) Dec 2016 52.222-60 Paycheck Transparency (Executive Order 13673) Oct 2016 52.223-18 Encouraging Contractor Policies to Ban Text-Messaging While Driving Aug 2011 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representations and Certifications. Oct 2015 52.232-18 Availability of Funds Apr 1984 52.232-33 Payment by Electronic Funds Transfer--System for Award Management Jul 2013 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 52.233-1 Disputes May 2014 52.247-34 F.o.b. Destination Nov 1991 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep 2013 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls Oct 2016 252.204-7011 Alternative Line Item Structure Sep 2011 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support May 2016 252.211-7003 Item Identification and Valuation Mar 2016 252.211-7006 Passive Radio Frequency Identification Sep 2011 252.211-7008 Use of Government-Assigned Serial Numbers Sep 2010 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations Jun 2015 252.215-7008 Only One Offer Oct 2013 252.222-7007 Representation Regarding Combating Trafficking in Persons Jan 2015 252.223-7008 Prohibition of Hexavalent Chromium Jun 2013 252.225-7000 Buy American Statute--Balance of Payments Program Certificate Nov 2014 252.225-7001 Buy American and Balance of Payments Program Dec 2016 252.225-7012 Preference for Certain Domestic Commodities Feb 2013 252.225-7048 Export-Controlled Items Jun 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Jun 2012 252.232-7006 Wide Area WorkFlow Payment Instructions May 2013 252.232-7010 Levies on Contract Payments Dec 2006 252.243-7002 Requests for Equitable Adjustment Dec 2012 252.244-7000 Subcontracts for Commercial Items Jun 2013 252.247-7022 Representation of Extent of Transportation by Sea Aug 1992 252.247-7023 Transportation of Supplies by Sea Apr 2014 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: http://farsite.hill.af.mil/ (End of provision) FAR 52.252-2 - Clauses 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: http://farsite.hill.af.mil/ (End of clause) (xiii) N/A (xiv) N/A (xv) NOTICE TO ALL INTERESTED PARTIES: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. 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. Questions shall be submitted to the following personnel: 176th Contracting Element Attn: TSgt Zachary Gowin, 176MSG.MSC.Vendors@us.af.mil Please forward all questions to 176MSG.MSC.Vendors@us.af.mil no later than 5 PM Alaska Standard Time (AKST) on 14 August 2018. An amendment will be issued providing the Government's answers to any questions received. Quotes are due no later than 9:00 AM AKST on 30 August 2018 ; quotes shall include the following three (3) parts: Part 1 - Past Performance - Submit one (1) copy of Attachment C - Past Performance Reference Questionnaire as well as three (3) references (see attachment C for more details). Part 2 - Price - Submit one (1) copy of price schedule and any pertinent additional information, to include Product Warranties. Part 3 - Design - Submit one (1) copy of design submittals BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the offer who represents the best value to the government. (xvi) Quotations shall be submitted to 176MSG.MSC.Vendors@us.af.mil. For information regarding this solicitation, contact the same. List of Attachments: Attachment 1: Past Performance Reference Questionnaire Attachment 2: Pricing Schedule Attachment 3: Scope of Work Attachment 4: Statement of Work ATTACHMENT 1 - PAST PERFORMANCE REFERENCE QUESTIONNAIRE Prospective offerors are required to fill out and complete the "Attachment 1 - Past Performance Reference Questionnaire" as part of their submitted quotation. This must be submitted to be determined "responsive" and considered for award. ATTACHMENT 2 - PRICING SCHEDULE This is an unfunded requirement and is subject to FAR 52.232-18, Availability of Funds. Award will be made for each/all of the options CLINs should funding become available. ATTACHMENT 3 - SCOPE OF WORK The following scope of work will be used as a basis for evaluating the ability of each offeror's contract line of systems furniture to fulfill the requirements for this installation, assist in establishing a cost comparison between various lines, and establish an order of magnitude for both prospective contractor and Government. The successful offeror will be required to modify any listed workstations to fully meet the need of the customer. All dimensions, shapes, etc., provided are to describe the type of workstations and components, which the government expects to procure. Specific orders will be placed with the contractor for those items from his GSA contract catalog required to meet the actual needs of the project. The offeror shall submit illustrations (i.e., plan view and elevation) drawn to scale with an itemized listing of all components, showing their solution for the workstation. The listing shall include the offeror's part number, nomenclature, size, quantity and unit price of each component required for the workstation and the appropriate GSA catalog (if applicable) and page number where the component is listed. The offeror must also submit an electronic copy of the GSA contract catalog and descriptive literature for the products offered. The various components (worksurfaces, overhead cabinets, storage towers, pedestals, lateral files, etc.) will be positioned in a task related manner within easy reach of the station occupant. Sufficient panels shall be provided to effectively house the specified components and to facilitate the indicated tasks. All panels shall be fabric covered. Any components not shown in the illustrations, which are needed to conform to the manufacturer's recommendations for installation, shall be included. All necessary electrical components shall be provided including receptacles, jumpers, terminal boxes, etc., necessary to wire the panels excluding power feeds. Overhead cabinets, storage towers, pedestals, and lateral files shall be provided with locks. All locks in a workstation shall be keyed alike.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA51-1/W91ZRU-18-Q-5017/listing.html)
 
Place of Performance
Address: JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN05013305-W 20180802/180731230915-eff931fbcdd23b8fa40a01c1842686b0 (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.