SOLICITATION NOTICE
71 -- TPS Lecture Style Classroom Upgrade
- Notice Date
- 9/4/2024 8:48:42 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- FA9304 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Solicitation Number
- PZZDTPS240220
- Response Due
- 9/18/2024 4:00:00 PM
- Archive Date
- 09/18/2024
- Point of Contact
- Brianna Vicsotka, Jenny L. Meadlin
- E-Mail Address
-
brianna.vicsotka.1@us.af.mil, jenny.meadlin@us.af.mil
(brianna.vicsotka.1@us.af.mil, jenny.meadlin@us.af.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- This is a Combined Synopsis/Solicitation for the TPS Lecture Style Classroom Upgrade. Each offeror must meet the following description of the Lecture Style Classroom Update requirement: USAF TPS requires tables/desks with power to plug laptops on to the top of the surface for two classrooms (Rooms 125 and 126) Desks must be able to be safely daisy chained and soft plugged into the wall or floor. Tables on wheels to be reconfigurable within the room 36 students must fit in each classroom with desk space 72 chairs (36 in each classroom) All furniture needs to fit in both room dimensions (30'x37'). Installation & delivery of furniture. Please see attached Statement of Objectives and Floor Plan for further details. Interested parties must be able to meet the following requirements: (i) This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in FAR 6.206, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The FAR 19.1405 set-aside procedures will be used for requirement. (ii) Solicitation Number: PZZDTPS240220 **Please provide the full solicitation number on all packages** Interested parties who believe they can meet all the requirements for the products described in this synopsis are invited to submit, in writing, a complete quote. Offerors may utilize the attached Statement of Objectives (SOO) to complete quote information in addition to a separate quote (in PDF format); ensuring the quote contains information and pricing for this requirement, including installation and delivery costs. Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted. This solicitation is issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2024-06, DFARS Change 08/15/2024 and DAFAC 2024-0612. (iv) THIS REQUIREMENT WILL BE: The North American Industry Classification System (NAICS) number for this acquisition is 337214 �Office Furniture (except Wood) Manufacturing� with a size standard of 1,100 employees. (v) Delivery: Delivery must be made by 31 December 2024 after date of award. (vi) The provision at FAR 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services (Sep 2023), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/. Offerors shall prepare their quotations in accordance with FAR 52.212-1. In addition, the following information shall be included: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE: 1. SAM UEI: 2. TIN Number: 3. CAGE Code: 4. Contractor Name: 5. Payment Terms (NET 30) or Discount: 6. Point of Contact Name and Phone Number: 7. Email address: 8. Warranty: 9. Date Offer Expires: 10. FOB Destination: 11. Estimated Delivery Lead Time: 12. Completed copy of FAR 52.212-3, Alt I, Offeror Representations and Certifications�Commercial Products and Commercial Services (Feb 2024) � or - notification that FAR 52.212-3 representations and certifications are available on SAM.gov (vii) The provision at FAR 52.212-2, Evaluation�Commercial Products and Commercial Services (Nov 2021) applies to this acquisition. ***Please read the evaluation criteria closely. If vendor does not provide a full response, it will be found unresponsive*** The solicitation provides that quotations will be evaluated using Lowest Price Technically Acceptable (LTPA). The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability factor contains one non-cost subfactors: (1) Ability to provide the requested products. The agency will first rank quotations according to price, from lowest to highest, and will evaluate the lowest-priced quotation as either technically acceptable or unacceptable, reserving the right to evaluate additional quotations for technical acceptability if deemed to be in the best interest of the government. Evaluation Factors: 1. Price 2. Technically Acceptability Technically Acceptable Subfactors: 1. Ability to provide Lecture Style Classroom Upgrade The ability to provide Lecture Style Classroom Upgrade will be assigned ratings of satisfactory or unsatisfactory. The Government will award a delivery order resulting from the RFQ to the responsible offeror whose quote is responsive to the RFQ and considered to be the Best Value based on LTPA. (viii) Offerors shall include completed copies of applicable provisions, which are included in the SF1449. Offers will be considered incomplete if these are not included with the quote. (iv) The clause at FAR 52.212-4, Contract Terms and Conditions� Commercial Products and Commercial Services (Nov 2023), applies to this acquisition. (x) The clause at FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services (Feb 2024), applies to this acquisition. (xi) Additional Contract Requirement or Terms and Conditions: Please find a contemplated list of additional provisions/clauses in the attachments; the final list of clauses is dependent upon actual dollar value of the contract award and may change from those provided in the attachment. Full text for the clauses and provisions can be accessed via https://www.acquisition.gov/. (xii) Defense Priorities and Allocation System (DPAS): N/A (xiii) Quote Submission Information:� It is the government�s intent to award without discussions. Therefore, each initial quote should contain the offeror�s best terms from a price and technical standpoint. However, the government reserves the right to conduct discussions if the Contracting Officer (CO) determines that discussions are necessary. Offers are due by 18 September 2024 at 4:00 PM, Pacific Daylight Time (PDT).� Offers must be sent via email to both Brianna Vicsotka (brianna.vicsotka.1@us.af.mil) AND Jenny L. Meadlin (jenny.meadlin@us.af.mil). No late submissions will be accepted. (xiv) For additional information regarding this solicitation contact: Primary Point of Contact: Brianna Vicsotka Contract Specialist brianna.vicsotka.1@us.af.mil Secondary Point of Contact: Jenny L. Meadlin Contracting Officer jenny.meadlin@us.af.mil QUESTION PERIOD: The period for questions regarding this RFQ will end at 16:00 PM PDT on 11 September 2024. Please send all questions to the buyer via email at brianna.vicsotka.1@us.af.mil. Phone inquiries are not available currently. All questions and answers will be posted to this RFQ.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/60dff37135d94b9b8beec3ecea6407f7/view)
- Place of Performance
- Address: Edwards, CA 93524, USA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN07198357-F 20240906/240904230122 (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 |