AWARD
71 -- JB Charleston- WS Dormitory Furniture & Carpeting Bldgs 2406-08
- Notice Date
- 9/28/2011
- Notice Type
- Award Notice
- 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
- F1M3E61174A004
- Archive Date
- 10/4/2011
- Point of Contact
- Brett M Rodgers, Phone: 843-963-4541
- E-Mail Address
-
brett.rodgers.1@us.af.mil
(brett.rodgers.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Award Number
- FA4418-11-F-0111(a)
- Award Date
- 9/19/2011
- Awardee
- Commercial Marketing Associates, Inc., 8425 Progress Dr Ste BB, Frederick , Maryland 21701, United States
- Award Amount
- $578,762.70
- Description
- RFQ FOR GSA E-BUY POSTING This requirement is for the purchase, delivery and installation of dormitory furniture and carpeting at buildings 2406, 2407 & 2408 at Joint Base Charleston - Weapons Station, SC. See attached Statement of Work (SOW) for details. The RFQ reference number is F1M3E61174A004. The NAICS code for this requirement is 337215 with the size standard of 500 employees. This requirement is restricted to Small Businesses that hold a Dormitory and Quarters Packages Rooms GSA Schedule, SIN 71 200. Teaming will be allowed solely for meeting the carpeting removal and installation requirements. Any teaming partners must hold an applicable GSA schedule and must meet the Small Business Administration's (SBA) size standards for a small business. Prime vendors must submit teaming partner's GSA schedule number with any proposal. Contractors shall submit an itemized quote for Dormitory and Quarters Packages Room Furniture and Carpeting. Vendors must identify open market items. All responsible sources may submit a quotation/proposal in accordance with the attached statement of work (SOW). All proposals must include a proposed furniture floor plan / layout. A site visit will be held on 31 Aug 2011 at 10:30 AM(EST). The site visit attendees shall meet at Building 302 PSD/Pass and Badge Office, Joint Base Charleston- Weapons Station, SC. Site visit attendance is highly encouraged for this acquisition. Attendees should arrive 30 minutes prior to site visit start time to obtain a base pass. Site visit registration: All interested vendors that are attending the site visit must provide a list of all attendees to the Contract Specialist, 2d Lt Brett Rodgers, brett.rodgers.1@us.af.mil (843) 963-4541; or Contracting Officer, Robert Melton, robert.melton.6@us.af.mil (843) 963-5157 if you plan on attending. The list must provide the names of all attendees and the GSA vendor they represent. The list is due to the Contract Specialist no later than 26 August 2011 at 3:00PM (EST). Late requests to attend site visit shall not be considered. Questions after the site visit must be submitted to the Contract Specialist via email NLT 02 September 2011 (1630 hrs EST) to be considered. The Government will award a contract resulting from this RFQ in accordance with FAR 8.405-2. 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: 1. Price. The Government will evaluate the total price of the offer for the award purposes. 2. Past Performance. 3. Technical capability of the item offered to meet the Government requirement. Past Performance and Technical factors combined are significantly more important than price. If the lowest priced evaluated responsible offer is judged to have Exceptional recent and relevant Past Performance then a Substantial Confidence rating shall be assigned and the evaluation process stops at that point. That offer shall represent the best value to the Government and the Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 2 references of your most recent and relevant projects. Recent is defined as projects within the past three years. Relevant is defined as performance effort involved essentially the same magnitude of effort and complexity that this RFQ requires. Vendors shall submit offers no later than 09 Sep 2011 at 12:00pm Eastern Standard Time. Requests should be marked with solicitation number F1M3E61174A004. 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. Vendors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. The following additional FAR and DFARS clauses apply: • 52.204-7 Central Contractor Registration • 52.232-1 Payment • 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. • 52.233-3 Protest after Award. • 52.233-4 Applicable Law for Breach of Contract Claim • 252.204-7004 Alt A CCR - Alternate A • 252.225-7001 Buy American Act and Balance of Payments Program • 252.225-7002 Qualifying Country Sources as Subcontractors • 252.225-7003 Electronic Submission of Payment Requests • 5352.201-9101, Ombudsman; complete paragraph c as follows: 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. • 5352.223-9001, Health and Safety on Government Installations • 5352.242-9000, Contractor Access to Air Force Installations Address questions to 2d Lt Brett Rodgers, Contract Specialist, at (843) 963-4541, fax (843) 963-5183, email brett.rodgers.1@us.af.mil or Robert Melton, Contracting Officer, Phone (843) 963-5157, email Robert.Melton.6@us.af.mil. Attachments: • RFQ (Proposal Summary Cover Page) • Statement of Work (SOW)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/Awards/FA4418-11-F-0111(a).html)
- Record
- SN02596961-W 20110930/110929000933-82062ebc7a29e4c2ef76fe37c886075c (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 |