Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2012 FBO #3885
MODIFICATION

71 -- NASIC Furniture - Questions & Answers #1 - Performance Work Statement - Update

Notice Date
7/12/2012
 
Notice Type
Modification/Amendment
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-T-0218
 
Archive Date
8/25/2012
 
Point of Contact
Daniel W. Enders, Phone: 9375224566
 
E-Mail Address
Daniel.Enders@wpafb.af.mil
(Daniel.Enders@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement - Update Questions & Answers #1 *** 12 July 2012 Update: Questions and Answers #1 has been posted to the attachments section of this notice. The Performance Work Statement has also been updated to reflect a new delivery date.*** NASIC Furniture - FA8601-12-T-0218 The U.S. Air Force requires furniture for the National Air & Space Intelligence Center (NASIC). The anticipated award is firm fixed price - Best Value. Additional detail on the requirements can be found in the Performance Work Statement (below). This is a combined synopsis/solicitation for commercial items 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA8601-12-T-0218 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, 18 May 2012. This acquisition is FULL AND OPEN COMPETITION. The associated North American Industry Classification System (NAICS) code is 337214. Size standard is 500 employees. This RFQ has five line items: Contractor shall provide furniture for NASIC in accordance with the attached Performance Work Statement and Approved Concept Furniture Plan. CLIN 0001 - Design CLIN 0002 - Demounted Partition Furniture (Materials) CLIN 0003 - Freestanding Furniture (Conference Table) CLIN 0004 - Freestanding Furniture (Industrial Workbenches) CLIN 0005 - Labor (Installation) Quotation must contain the following: - Price quote - Evidence of completed Representations and Certifications Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (May 2011), 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. Quotations MUST contain a complete description of service offered to clearly show that the proposed service meets the requirements listed in the Performance Work Statement. Quotations shall provide a point-by-point comparison to each item listed in the Performance Work Statement. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets minimum requirements" is unacceptable and will not be considered for potential acceptance. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the quote must satisfy the technical requirements specified in the Performance Work Statement. Award will be made to the offeror whose quote 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 QUOTE. Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror whose quote is conforming 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: 52.212-1, 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 or http://www.arnet.gov/far); 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: - 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; - 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 (Mar 2012) - 52.222-21 Prohibition of Segregated Facilities (Feb 1999); - 52.222-26 Equal Opportunity (Mar 2007); - 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); - 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 or http://www.arnet.gov/far) The following DFARS Provisions and/or Clauses, either by reference or full text, apply to this acquisition: 252.204-7003 Control of Government Personnel Work Product (Apr 1992); 252.209-7998 Representation Regarding Conviction of a Felony Criminal (Mar 2012); 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Jan 2012); 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: - 252.232-7003 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]; 252.232-7010, Levies on Contract Payments. This clause authorizes the IRS to continuously levy up to 100 percent of contract payments, up to the amount of tax debt (Dec 2006) The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsman (Aug 2005). [The fill in portion of this clause is: Center/MAJCOM ombudsmen: Ms. Cynthia Evoniuk, ASC/PKC, Area B, Bldg. 570, 1755 Eleventh St, Wright-Patterson Air Force Base, OH 45433-7630, Tel 937-255-6005, FAX 937-656-7193, E-mail:Cynthia.Evoniuk@wpafb.af.mil [end fill in for 5352.201-9201].; 5352.223-9001, Health and Safety on Government Installations. in accordance with AFFARS 5323.9001 include in all solicitations and contracts, other than for construction, which require performance on a Government installation, other than installations under the Contractor's sole control. NOTE: Commercial practices provide security and protection for outside Contractors working in their facilities. This clause requires the Contractor to follow health and safety requirements on Government facilities while they work on a Government Installation as a Contractor would require for work done on their facilities.; 5352.242-9000, Contractor Access to Air Force Installations. in accordance with AFFARS 5342.490-1 include in all solicitations and contracts that require contractor personnel to make frequent visits to or perform work on an Air Force installation. NOTE: Commercial practices provide security and protection for their facilities. This clause requires the Contractor to be screened and registered by Government security personnel while they work on a Government Installation as a Contractor would require for work done on their facilities. 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 G-002, Delivery Procedures Commercial Vehicles, All vehicles larger than a large pick-up truck are required to be inspected by the Wright-Patterson Air Force Base Commercial Vehicle Delivery Gate (CVDG) prior to entering the installation.; ASC/PKO H003, Procedures for Returning Government-Issued Identification. NOTE: Commercial practices provide security and protection for their facilities. This clause provides detailed instructions on procedures and requirements to return IDs to insure security of the facility, as a Contractor would require for work done on their facilities. Part of this acquisition requires installation of furniture on Wright Patterson AFB. They will be provided access to the base and this clause provides for the terms of returning those Identification credentials.; STMNT 12, Anti-Terrorism Briefing. This clause is required in all contracts and solicitations. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Quotations, references AND completed representations and certifications, if not available in ORCA, are due by 2:00 pm on 25 July 2012, to: Daniel Enders, ASC/PKOB. E-mail: Daniel.enders@wpafb.af.mil Mailing Address: ATTN: Daniel Enders ASC/PKOB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to Daniel Enders at daniel.enders@wpafb.af.mil or 937-522-4566. Note: Be advised that all correspondence sent through email shall contain a subject line that reads "FA8601-12-T-0218, NASIC Furniture." Note that email filters at Wright-Patterson are designed to filter emails 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 email may not get through the email filters. Also be advised that.exe or.zip files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only.pdf,.doc, or.xls documents are sent. The email filter may delete any other form of attachments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0218/listing.html)
 
Place of Performance
Address: Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02802074-W 20120714/120713000617-66dc7078677d497a4832cceeb73ef682 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.