SOLICITATION NOTICE
71 -- Dormitory Furniture and Carpet - Statement of Work (SOW)
- Notice Date
- 9/19/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337215
— Showcase, Partition, Shelving, and Locker Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
- ZIP Code
- 29404-5021
- Solicitation Number
- F1M3E61174A401
- Archive Date
- 10/11/2011
- Point of Contact
- William B. Mann, Phone: 8439635160
- E-Mail Address
-
william.mann.12@charleston.af.mil
(william.mann.12@charleston.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- RFQ Carpet SOW Furniture SOW COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS (i) 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. FAR 13.5 applies. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3E61174A401 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 337215 with an 500 employee size standard. (v) Contractors shall submit a lump sum quote for for Dormitory Furniture and Carpeting. All responsible sources may submit a quotation/proposal in accordance with the attached statement of work (SOW). All proposals must include: • Floor Plan with Furniture Layout (Both Plan View and Elevations). (overhead); • Detailed listing of items and ancillary services provided (i.e. existing furniture removal and carpet demo/installation); • Sample pictures of furniture provided to include furniture/fabric color (or color samples); and • 2 recent and relevant past performance references. Post Award Notice to Proceed: The successful vendor shall obtain a written notice to proceed prior to: (1) Ordering furniture for the model room. (2) Ordering furniture for the remaining rooms. A site visit will be conducted at Bldg 503, Joint Base Charleston, SC at 9:00 AM (ET) on Thursday, 22 September 2011. All prospective Offerors shall meet on the second floor of Bldg 503, Joint Base Charleston. All prospective Offerors are urged to attend this conference and are requested to contact Will Mann, Contract Specialist at (843) 963-5160, Fax number (843) 963-5183, e-mail address william.mann.12@us.af.mil NLT 21 September 2011 if they plan to attend. Offerors are cautioned that Joint Base Charleston has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED. Offerors should allow sufficient time to obtain a visitor pass (requiring valid driver's license, vehicle registration, and current proof of vehicle insurance). Details regarding the information required will be provided upon request to Will Mann at william.mann.12@us.af.mil. All responsible sources may submit a quote, which shall be considered. A firm fixed price contract is contemplated. (vi) F1M3E61174A401 Dormitory Furniture and Carpeting on Joint Base Charleston, South Carolina. (See attached statement of work) (vii) Delivery shall be FOB Destination. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors - Commercial. FAR 52.212-2, Evaluation - Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer 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 in the following relative order of importance: 1. Technical capability of the item offered to meet the Government requirement. 2. Past Performance 3. Price - The Government will evaluate the total price of the offer for award purposes. Past Performance and Technical capability to meet the requirement, when combined, are significantly more important than price. If the lowest priced evaluated responsible offer is judged to have a Substantial Confidence Performance Assessment Rating that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 3-5 references of "recent" and "relevant" projects that have occurred. "Recent" is defined as; projects within the past three years. "Relevant" is defined as Performance effort involved that is essentially the same magnitude of effort and complexity this RFQ requires. (ix) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (x) The following clauses are incorporated by reference: • FAR 52.212-4, Contract Terms and Condition-Commercial Items • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply: • FAR 52.222-21, Prohibition Of Segregated Facilities • FAR 52.222-22, Previous Contracts and Compliance Reports • FAR 52.222-26, Equal Opportunity • FAR 52.222-35, Equal Opportunity for Veterans • FAR 52.222-36, Affirmative Action for Workers With Disabilities • FAR 52.222-37, Employment Reports On Veterans • FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. • FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (xi) The following additional clauses are applicable to this procurement. • FAR 52.211-17, Delivery of Excess Quantities • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.219-14, Limitations on Subcontracting • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-41 Services Contract Act of 1965 and current Wage Determination # 2005-2473 (Rev.13) (see 22.1006(a). • FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. In compliance with the Service Contract Act of 1965, as amended and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination. Employee Class Monetary Wage-Fringe Benefits 09040 Furniture Handler WG-3 $13.07 + 36.25% Fringes • FAR 52.222-50, Combating Trafficking in Persons • FAR 52.225-13, Restrictions on Certain Foreign Purchases • DFARS 252.204-7004 Alternate A, Required Central Contractor Registration; Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors ( • DFARS 252.225-7012, Preference for Certain Domestic Commodities • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.201-9101 OMBUDSMAN (APR 2010) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Carolyn Choate, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0160, fax (618) 256-6668, email: carolyn.choate@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xii) Defense Priorities and Allocation System: N/A (xiii) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 26 Sep 2011 no later than 1:30 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3E61174A401 (xiv) Address questions to Will Mann,Contract Specialist, at (843) 963-5160, fax (843) 963-5183, email william.mann.12@us.af.mil or Robert Melton, Contracting Officer, Phone (843) 963-5157, email robert.melton.6@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M3E61174A401/listing.html)
- Place of Performance
- Address: Joint Base Charleston - Weapons Station, Goose Creek, South Carolina, United States
- Record
- SN02582631-W 20110921/110919235542-70413679d1080f4916e6c6670339da76 (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 |