MODIFICATION
71 -- NAICS Furniture
- Notice Date
- 6/27/2012
- Notice Type
- Modification/Amendment
- NAICS
- 238390
— Other Building Finishing Contractors
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8601-12-R-0048a
- Archive Date
- 7/24/2012
- Point of Contact
- Sara Blue,
- E-Mail Address
-
sara.blue@wpafb.af.mil
(sara.blue@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- New Furniture for Door 9, Building 10280, Area A - FA8601-12-R-0048a The government (ASC/PKOB) requires Systems/Modular/Freestanding/Collateral Furniture, Design, Purchase, and Installation in support of the National Air & Space Intelligence Center (NASIC) facilities at Wright-Patterson AFB, Ohio. The anticipated award is firm fixed price - Best Value. The desired installation completion date is 15 Aug 2012. Offerors shall submit an installation schedule along with the proposal. Additional detail on the requirements can be found in the Statement of Work (attached). This is a combined synopsis/solicitation for commercial items and service prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, 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 solicitation number is FA8601-12-R-0048a issued as a Request for Proposals (RFP) and is conducted as a commercial item procurement using FAR Part 12.6. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, 18 May 2012, Defense Acquisition Circular DPN 20120420, 15 June 2012, and Air Force Acquisition Circular 2012-0330, 30 March 2012. The NAICS is 238390; and the small business size standard for this NAICS code is $14 Million. The proposed acquisition is 100% SET ASIDE for small business concerns. For a better understanding of this qualification, please visit the small business link at http://sba.gov. This RFP has three line items: Contractor shall purchase/perform (1) Systems, Modular, Freestanding, and Collateral Furniture (2) Design and (3) Installation in accordance with the Statement of Work (attached). Proposals must contain the following: - Price - Include a break out of all furniture items, plus total installation cost - Designs A, B, and C, as required by section 1.2 of the Statement of Work - Evidence of completed Representations and Certifications Proposals shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (May 2011), 252.209-7998 Representation Regarding Conviction of Felony Criminal (Mar 2012), 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law(Jan 2012), 252.225-7035 Buy American Act-Free Trade Agreement-Balance of Payment Program Certificate (Dec 2010), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008). The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov and completing the on-line Representations and Certifications. The Contracting Officer will review proposals based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must satisfy the technical requirements specified in the Statement of Work. Award will be made to the offeror whose proposal provides the best value to the Government price and other factors considered. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE PROPOSAL. Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) contract resulting from this solicitation to the responsible offeror whose proposal conforms to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government (Sep 2006); 52.212-1, Instructions to Offerors (Jun 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-2, Evaluation Factors (Jan 1999) [The factors are listed below in the order of importance.] The evaluation factors for the fill-in portion of this provision will be: - Technical Capability - Price 52.212-3, Contractor Representations and Certifications (May 2011); 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance (Apr 1984); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil); The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items (Jun 2010); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Aug 2011) The clauses that are check marked as being applicable to this purchase are: - 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010); - 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); - 52.219-28 Post Award Small Business Program Representation (Apr 2009); - 52.222-3 Convict Labor (June 2003); - 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jul 2010); - 52.222-21 Prohibition of Segregated Facilities (Feb 1999); - 52.222-26 Equal Opportunity (Mar 2007); - 52.222-35 Equal Opportunity for Veterans (Sep 2010); - 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); - 52.222-37 Employment Reports on Veterans (Sep 2010); - 52.222-41 Service Contract Act of 1965 (Nov 2007); - 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989); - 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); - 52.225-13 Restrictions on Certain Foreign Purchases (Jan 2008); - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003); [end fill in for 52.212-5]; 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil) The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions apply to this acquisition: 252.209-7998 Representation Regarding Conviction of Felony Criminal (Mar 2012); 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law(Jan 2012); 252.225-7035 Buy American Act-Free Trade Agreement-Balance of Payment Program Certificate (Dec 2010); The following DFARS Provisions and/or Clauses, either by reference or full text, apply to this acquisition: 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Sep 2011): The clauses that are check marked as being applicable to this purchase are: - 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009); - 252.225-7036, Buy American Act-Free Trade Agreement-Balance of Payment Program (Oct 2011); - 252.232-7003 Electronic Submission of Payment Requests (Mar 2008); - 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010); - 252.247-7023 Transportation of Supplies by Sea (May 2002) & Alternate III (May 2002) [end fill in for 252.212-7001]; 252.232-7007 Limitation of Government's Obligation (May 2006); 252.232-7010 Levies on Contract Payments (Dec 2006); The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsman (Apr 2010) Ms. Cynthia Evoniuk, ASC/PKC, Area B, Bldg. 570 1755 Eleventh St., Wright-Patteron Air Force Base, OH 45433-7630, Tel 937-255-6005, FAX 937-656-7193, E-mail:Cynthia.Evoniuk@wpafb.af.mil 5352.223-9001 Health and Safety on Government Installations (Jun 1997); 5352.242-9000 Contractor Access to Air Force Installations (Aug 2007); The following local clause will be included in subsequent award. Full text version is available upon request: ASC/PKO G-001 WAWF Electronic Invoicing Instructions; ASC/PKO H-002 Delivery Procedures Commercial Vehicles (Jul 2005); ASC/PKO H-003 Procedures for Returning Government Issued Identification (Dec 2006); Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil. Proposals, Designs, AND completed representations and certifications (if not available in ORCA), are due by 2:00 pm Eastern on Monday, 9 July 2012, to: Ms. Sara Blue, ASC/PKOB. E-mail: Sara.Blue@wpafb.af.mil Mailing Address: ATTN: Sara Blue ASC/PKOB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to Sara Blue at Sara.Blue@wpafb.af.mil or 937-522-4557. Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-12-R-0048 NASIC Furniture, Door 9, Bldg 10280". Note that e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe, or.zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson AFB. If sending attachments with e-mail, ensure only.PDF,.doc, or.xls documents are sent. The e-mail filter may delete any other form of attachments. ATTACHMENT: 1. Statement of Work 2. Concept Drawing 3. Design with Dimensions
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8601-12-R-0048a/listing.html)
- Record
- SN02787577-W 20120629/120627235246-c363c930d2958fd0352346ca070b6c1b (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 |