SOLICITATION NOTICE
71 -- SCIF Partitions
- Notice Date
- 9/3/2020 1:32:37 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- FA4613 90 CONS PK FE WARREN AFB WY 82005-2860 USA
- ZIP Code
- 82005-2860
- Solicitation Number
- FA461320Q1036
- Response Due
- 9/14/2020 1:00:00 PM
- Archive Date
- 09/29/2020
- Point of Contact
- Rebecca Behne, Phone: 307-773-3893, Trisha M. Lamarr, Phone: 3077733215
- E-Mail Address
-
rebecca.behne@us.af.mil, trisha.lamarr@us.af.mil
(rebecca.behne@us.af.mil, trisha.lamarr@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Combined Synopsis/Solicitation Solicitation Number: FA461320Q1036 Purchase Description: Brand Name or Equal � QuickFlex Walls and installation This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the beta.SAM website as a Total Small Business Set-Aside. The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461320Q1036, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 337214, with a small business standard of 1000 employees. The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-2020-07 effective 31-Aug-20, Defense Federal Acquisition Regulation Supplement DPN DFARS Change effective 5-Jun-20 and Air Force Federal Acquisition Regulation Supplement AFAC 2019-1001 effective 10/1/2019. DESCRIPTION OF ITEMS/SERVICES: All CLIN's F.O.B. Destination. TECHNICAL CAPABILITY CRITERIA: ? Name Brand or Equal, QuickFlex Walls with the following specifications: o Partitions must enclose 936 sq. ft. into one office and two small conference rooms using modular partition panels. ? The partitions must be sufficient to enclose an overall area that is 39 feet long and 24 feet wide. ? The partitions must segment the enclosed area into three rooms: ? One Office of 21 ft. by 24 ft. o The 24 ft. wall of partitions must support use as a whiteboard surface. ? Two conference rooms 18 ft. by 12 ft. o The 18 ft. wall of partitions must support use as a whiteboard surface. o Partitions must be within a minimum of 84 inches to a maximum of 92 inches tall from the floor to the top. o Partitions must be of a permanent and professional appearance: ? No cloth panels. ? Muted or understated color palette: shades of gray, silver, tan, beige, or light brown. ? No bright colors. ? Of sturdy and rigid construction. ? Be made of metal, plastic, and/or glass. o Partitions must be modular enough to support �do it yourself� reconfiguration without use of specialized tools (i.e. no more complex than wrenches or screwdrivers). o Partitions must be modular enough to support connection of additional partitions when requirements change. o Partitions must not be too complicated to disassemble and reassemble without manufacturer support. o Partitions must not penetrate the existing raised floor. o Partitions must allow for light to pass through and/or over, but prevent observation through them (i.e. no �shoulder surfing�). o Each new space created by the installed partitions will have one door for entry and exit. ? The door for the 21 ft. by 24 ft. space will be in the northern wall in the northwest corner. ? The doors for the 18 ft. by 12 ft. spaces will adjoin the dividing wall between them as shown in Attachment 3. o The doors in the partitions must allow for wheelchair access per the Americans with Disabilities Act (ADA) regulations. REQUIREMENT IS AS FOLLOWS: CLIN 0001 : QuickFlex Walls � Silver Left+Right Gls Dr Set (Fstd), Item No. 43269, or equal item. Quantity: 1 Unit of Issue: EA Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ CLIN 0002 : QuickFlex Walls � Silver Panel Set (Frosted), Item No. 41394, or equal item. Quantity: 34 Unit of Issue: EA Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ CLIN 0003 : QuickFlex Walls � Silver Panel Set (Marker Board/Frosted), Item No. 41396, or equal item. Quantity: 12 Unit of Issue: EA Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ CLIN 0004 : QuickFlex Walls � Silver Right Glass Door Set (Frosted), Item No. 41419, or equal item. Quantity: 1 Unit of Issue: EA Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ CLIN 0005 : QuickFlex Walls � Silver Upper+Lower Panel Set (Fstd), Item No. 400040, or equal item. Quantity: 2 Unit of Issue: EA Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ CLIN 0006 : QuickFlex Walls � Silver Upper+Lower Panel Set (MB/F), Item No. 400042, or equal item. Quantity: 2 Unit of Issue: EA Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ CLIN 0007 : On-Site Installation Quantity: Enter Quantity. Unit of Issue: Hours Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ CLIN 0008 : Shipping Quantity: Enter Quantity. Unit of Issue: EA Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ DELIVERY DATE(S): 90 Calendar Days PLACE OF DELIVERY: F. E. Warren AFB, Wyoming, USA Questions should be sent to rebecca.behne@us.af.mil and trisha.lamarr@us.af.mil by Tuesday, September 08, 2020; 2:00PM Mountain Standard/Daylight Time. Responses/quotes MUST be received no later than Monday, September 14, 2020; 2:00PM (Mountain Standard/Daylight Time). Forward responses by e-mail to rebecca.behne@us.af.mil and trisha.lamarr@us.af.mil. Offerors must ensure that their company is registered with System for Award Management (SAM) prior to award. For information refer to: https://www.sam.gov/portal/public/SAM/ APPLICABLE FAR CLAUSES: FAR 52.212-2 -- Evaluation - Commercial Items (OCT 2014) Award will be made to the offeror who is deemed responsible in accordance with the Federal Acquisition Regulation (FAR) and whose offer represents the best value offer using the following evaluation criteria: (a) Technical Capability: Must meet brand name or equal Government requirement/specifications as identified within each CLIN. Contractors providing ""as equal"" items must provide the manufacturer, model/parts numbers, and specification data adequate in determining whether the products meet the salient features provided for in the solicitation. For supplies the Government will consider offers/quotes only from ""authorized resellers/distributors"" of the offered manufacturers. (b) Price: No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. Offers/Quotes must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items) (AUG 2020) or indication that offeror representations and certifications are in System for Award Management (SAM). (End of Provision) 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/these address(es): https://www.acquisition.gov/ (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/these addresses: https://www.acquisition.gov/ (End of Clause) FAR 52.204-24 -- Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it �does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument� in the provision at 52.204-26, Covered Telecommunications Equipment or Services�Representation, or in paragraph (v) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. (a) Definitions. As used in this provision� Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. (1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to� (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to� (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for �covered telecommunications equipment or services�. (d) Representation. The Offeror represents that� (1) It ? will, ? will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds �will� in paragraph (d)(1) of this section; and (2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that� It ? does, ? does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds �does� in paragraph (d)(2) of this section. (e) Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded �will� in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment� (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (ii) For covered services� (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B) If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded �does� in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment� (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (ii) For covered services� (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B) If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (End of provision) DFARS 252.232-7006 -- WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) (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 WorkFlow (WAWF). �Local processing office (LPO)� is the office responsible for payment certification when payment certification is done external to the entitlement system. �Payment request� and �receiving report� are defined in the clause at 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports. (b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (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.sam.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 shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1) Document type. The Contractor shall submit payment requests using the following document type(s): (i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. (ii) For fixed price line items� (A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. INVOICE AND RECEIVING REPORT (COMBO) (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. Not Applicable. (iii) For customary progress payments based on costs incurred, submit a progress payment request. (iv) For performance based payments, submit a performance based payment request. (v) For commercial item financing, submit a commercial item financing request. (2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213- 1 is included in the contract. [Note: The Contractor may use a WAWF �combo� document type to create some combinations of invoice and receiving report in one step.] (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. Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC F87700 Issue By DoDAAC FA4613 Admin DoDAAC FA4613 Inspect By DoDAAC F1YTAA Ship To Code F1YTAA Service Approver (DoDAAC) F1YTAA Service Acceptor (DoDAAC) F1YTAA (4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. (5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. (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. https://www.aptac-us.org/ (Contracting Officer: Insert applicable information or �Not applicable.�) (2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. (End of clause)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b7eb17044400426dbb345cdc32d4e1e4/view)
- Place of Performance
- Address: FE Warren AFB, WY 82005, USA
- Zip Code: 82005
- Country: USA
- Zip Code: 82005
- Record
- SN05787142-F 20200905/200903230203 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |