Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 04, 2018 FBO #6190
SOLICITATION NOTICE

71 -- Classroom Furniture Upgrade

Notice Date
11/2/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 169 MSG/MSC, SC ANG, 1325 SOUTH CAROLINA ROAD, MCENTIRE ANG STATION, EASTOVER, South Carolina, 29044-5004, United States
 
ZIP Code
29044-5004
 
Solicitation Number
W912QG-19-Q-0001
 
Archive Date
11/27/2018
 
Point of Contact
John W. Wilkes, Phone: 803-299-1445
 
E-Mail Address
john.w.wilkes.civ@mail.mil
(john.w.wilkes.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; quotations are being requested and a written solicitation will not be issued. The solicitation number assigned to this action is W912QG-19-Q-0001. This acquisition is utilizing procedures in FAR Subpart 13, Simplified Procedures, and is issued as a Request for Quote (RFQ) from the Purchasing and Contracting Office, USP&FO, Columbia, SC 29209. This acquisition is being set-aside exclusively for Small Business concerns. The applicable North American Industry Classification System (NAICS) code is 337214, with a size standard of 1000 Employees. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-101 dated 26 October 2018 and the Defense Acquisition Regulation (DFARS) Change Notice 20180928. The South Carolina Air National Guard intends to issue a firm-fixed priced purchase order for 270 each Classroom Tables, Best-Rite BST-9118X, or equal product, and 550 each Folding/Nesting chairs, Lytle LYT-30X4TNS-XX, or equal product. Any "or equal" submissions should include technical specifications to be assessed by a technical representative to determine if they represent the overall best value to the Government. All items will be delivered within 45 days after proposed lead time has lapsed. Vendors must quote lead time for product in quotation. The contractor shall provide all labor, tools, materials, equipment, supervision, transportation, and supplies required for delivery of this product. Freight should be included in the quotation and priced as FOB Destination. The Government will not be responsible for the product until it arrives at the specified delivery address. The Government intends to place a Single, Firm-Fixed Price contract without discussions. Therefore, offerors should submit their best offer up front. Do not assume you will be able to revise your offer. The Contract will be awarded on a best value basis. Best value will be determined by price and technical acceptability. Technical Acceptability will be based on the following minimum salient characteristics of desired product: -Tables: 24"W by 60"L with tabletop that flips up for storage, PVC top light grey in color, cabling hole in top, black steel frame with modesty panels, with casters, 300+ lbs. weight capacity, Best-Rite part number BST-9118X, or equal. -Chairs: Nesting capability, ventilated black plastic back with upholstered padded fabric seat, without arms, with casters, 250 lbs. weight capacity, Lytle part number LYT-30X4TNS-XX or Office Star NI-2200-30, or equal. SUBMISSION GUIDELINES: Submitted quotes must include the following: (1) the solicitation number; (2) the name, address and telephone number of the offeror; (3) the price and discount terms (quote FOB Destination); (4) completion of the provisions 52.212-3 and 252.213-7000; (5) details of product to be provided for each requirement identified with pricing. (6) proposal should be submitted under company letterhead, with DUNS number, FTID, company Name, Address and POC included. The solicitation closing date is 12 Nov 2018. Submit all offers in response to this synopsis/solicitation electronically to the Point of Contact John Wilkes at john.w.wilkes.civ@mail.mil. Please submit any requests for additional information or technical data in writing by email to the aforementioned by 7 Nov 2018. (1) Insert proposed prices in the Pricing Schedule provided below. (2) Complete the necessary fill-ins and certifications in provision 52.212-3 section (b) provided below and return along with your cost proposal. (3) There is no additional requirement to submit a history of past performance on similar projects. Past Performance will be evaluated utilizing a combination of information obtained from the Past Performance Information Retrieval System (PPIRS), and the Federal Awardee Performance and Integrity Information System. (4) The vendor must be registered and have completed online representations and certifications in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. GENERAL SUBMITTAL REQUIREMENTS: Submit TOTAL price for the following CLINS -CLIN 0001: Provide all labor, tools, materials, equipment, training, supervision, transportation, and supplies required for delivery of 270 (two hundred and seventy) each of Classroom tables Best-Rite BST-9118X or equal product per specifications above. CLIN 0001: Total amount ________________________________ -CLIN 0002: Provide all labor, tools, materials, equipment, training, supervision, transportation, and supplies required for delivery of 550 (five hundred and fifty) each of Classroom chairs Lytle Lyt-30X4TNS-XX or Office Star NI-2200-30 or equal product per specifications above. CLIN 0002: Total amount __________________________________ Total Amount: $ _______________ The following provisions are included by reference for the purposes of this combined synopsis/solicitation: 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors -- Commercial Items 52.212-2 Evaluation-Commercial Items: Evaluation will be in accordance with FAR 13.106-1 and is based on Best Value to the Government with Price, Technical Acceptability, and Performance History all given equal consideration; 52.219-6 Notice of Total Small Business Set-Aside 52.219-14 Limits on Subcontracting 52.237-1 Site Visit 52.252-1 Provisions Incorporated by Reference (http://farsite.hill.af.mil) The following provisions are included by full text and must be completed and returned along with the cost proposal: 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JAN 2017) (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (u) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] (End of provision) 252.213-7000 NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PEFORMANCE INFORMATION RETRIEVAL SYSTEM-STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (JUN 2015) (a) The Past Performance Information Retrieval System-Statistical Reporting (PPIRS-SR) application (http://www.ppirs.gov/) will be used in the evaluation of suppliers' past performance in accordance with DFARS 213.106-2(b)(i). (b) PPIRS-SR collects quality and delivery data on previously awarded contracts and orders from existing Department of Defense reporting systems to classify each supplier's performance history by Federal supply class (FSC) and product or service code (PSC). The PPIRS-SR application provides the contracting officer quantifiable past performance information regarding a supplier's quality and delivery performance for the FSC and PSC of the supplies being purchased. (c) The quality and delivery classifications identified for a supplier in PPIRS-SR will be used by the contracting officer to evaluate a supplier's past performance in conjunction with the supplier's references (if requested) and other provisions of this solicitation under the past performance evaluation factor. The Government reserves the right to award to the supplier whose quotation or offer represents the best value to the Government. (d) PPIRS-SR classifications are generated monthly for each contractor and can be reviewed by following the access instructions in the PPIRS-SR User's Manual found at https://www.ppirs.gov/pdf/PPIRS-SR_UserMan.pdf. Contractors are granted access to PPIRS-SR for their own classifications only. Suppliers are encouraged to review their own classifications, the PPIRS-SR reporting procedures and classification methodology detailed in the PPIRS-SR User's Manual, and PPIRS-SR Evaluation Criteria available from the references at: https://www.ppirs.gov/pdf/PPIRS-SR_DataEvaluationCriteria.pdf. The method to challenge a rating generated by PPIRS-SR is provided in the User's Manual. (End of provision) The following clauses are included for the purposes of this combined synopsis/solicitation and the most current versions will be incorporated into any resulting order: 52.204-10 Reporting Executive Compensation and First Tier Subcontracts 52.204-22 Alternative Line Item Proposal 52.209-6 Protecting the Government's Interest when Subcontracting with Debarred or Suspended Contractors 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representations 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 52.222-41 Service Contract labor Standards 52.222-50 Combating Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706 52.223-1 Biobased Product Certification 52.223-5 Pollution Prevention and Right to Know Information 52.223-15 Energy Efficiency in Energy-Consuming Products 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-System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 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 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 252.201-7000 Contracting Officers Representative 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 252.204-7011 Alternative Line Item Structure 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003 Item Unique Identification and Valuation 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JUN 2014) (a) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). N/A Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-- Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jul 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S. - Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 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/ (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DFARS (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area Work Flow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Combination Invoice and Receiving Report COMBO (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. DESTINATION/DESTINATION (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC HQ0670 Issue By DoDAAC W912QG Admin DoDAAC W912QG Inspect By DoDAAC W56GGW Ship To Code W56GGW Ship From Code YOUR COMPANY CAGE CODE -------------------------------------------------------------------------------------------- (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. SFC Alan Ratterree alan.d.ratterree.mil@mail.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. SGT Eric Singletary: eric.j.singletary.mil@mail.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. GFEBS Acceptor: alan.d.ratterree.mil@mail.mil Buyer/Administrator: john.w.wilkes.civ@mail.mil Contracting Officer: james.o.robinson10.mil@mail.mil (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA38-1/W912QG-19-Q-0001/listing.html)
 
Place of Performance
Address: 218th Regiment--South Carolina ARN, 5411 Leesburg Road Bldg 3800, Eastover, SC 29044-9184, Eastover, South Carolina, 29044, United States
Zip Code: 29044
 
Record
SN05142015-W 20181104/181102230434-ec24b8ac77a920aa91de0211bcf43498 (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.