SOLICITATION NOTICE
71 -- Workcenter Furniture for Robotic Pharmacy - Package #1
- Notice Date
- 1/28/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, 502d Contracting Squadron, 1655 Selfridge Avenue, JBSA Lackland, Texas, 78236-5253, United States
- ZIP Code
- 78236-5253
- Solicitation Number
- JBKAAC-14-0003
- Archive Date
- 3/1/2014
- Point of Contact
- Michael Brown, Phone: 2106711895, Christopher P. Trevino, Phone: 2106715148
- E-Mail Address
-
michael.brown.73@us.af.mil, christopher.trevino.2@us.af.mil
(michael.brown.73@us.af.mil, christopher.trevino.2@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Drawings Statement Of Work (SOW) Salient Characteristics Combined synopsis/solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation is issued as a Request for Quotation (RFQ) and the reference number is JBKAAC-14-0003. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 and DFARS change notice 20131231. The Offeror must be an authorized dealer and must quote on an all or none basis. Written quotes are required (oral offers will not be accepted). Submission of quotes must be in accordance with FAR 52.212-1, Instructions to Offerors, Commercial Items. The government will award a contract on the basis of the lowest priced, technically acceptable offer. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. Award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106-2. Please include CAGE Code, DUNS, Tax Identification Number, FOB Point, Discount Terms and Delivery Date. This is a 100% SMALL BUSINESS set-aside solicitation. The NAICS Code is 337214 and the size standard in number of employees is 500. (The quote shall be valid through 15 March 14) REQUEST FOR QUOTE Office Furniture for Robotic Pharmacy SOLICITATION NUMBER JBKAAC-14-0003 1. Submission of Quotes Due Date: As soon as possible but not later than Friday the 14th of February, 2014 at 1:00PM Central Standard Time (CST) This is a FY14 requirement. Proposed quotes must be valid through 15 Mar 14 Quotes may be emailed to Michael Brown at michael.brown.73@us.af.mil, or mailed to 1655 Selfridge Ave, JBSA - Lackland, Texas 78236. (Email preferred) 2. Company Info: Please provide the following information: Legal Business/Company Name (as it is indicated in SAMS; previously CCR/ORCA): DUNS # Cage Code Number: POC: Tel: E-Mail Address: Federal Tax ID#: ________________________ 3. Description of Goods/Services: This solicitation is for workstation furniture to be installed at a robotic pharmacy location. 4. Please remit quote for items and install service as described in the attached salient characteristics, Statement of Work (SOW) and Drawings. (Color drawing available upon email request.) Deliver/Ship To: JBSA - Lackland, TX 78236 FOB: Payment Terms: Delivery Date: _____________________ (after receipt of order) 5. This is 100% small business solicitation. 6. Basis for Award. The 502nd CONS will issue a purchase order to the vendor who is determined to have offered the lowest evaluated price to the government. Award will be made to the responsible vendor who quoted the lowest evaluated price. Since award will be based on initial responses, offers are highly encouraged to quote their most advantageous pricing in their initial response. 7. Best Value Determination. The technically acceptable, lowest priced quote will be determined to represent the best value. Technical acceptability will be determined by an evaluation of the quoted requirements that meet the technical criteria that is contained in the solicited item description. If the lowest priced submission does not meet the technical criteria described in the solicited item description, the government reserves the right to evaluate the next lowest priced submissions until it has determined a technically acceptable submission. The evaluation will stop at the point when the government determines an offeror to be technically acceptable with the lowest evaluated price, because that offer will represent the best value. Contingent upon a determination of contractor responsibility, award will be made to that offeror without further evaluation of other offers. Award will be made to the responsible vendor whose quote is the lowest evaluated price among technically acceptable quotes. 8. Discussions. The government intends to award a delivery order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. 9. If you have any questions, please contact the contract administrator, Michael Brown at (210) 671-1895 or via e-mail at michael.brown.73@us.af.mil or the contracting officer, Christopher Trevino, at (210) 671-5148 or via email at christopher.trevino.2@us.af.mil. 10. A site visit will be held on Friday, 31 Jan 14 at 0900. To attend, please contact the contract administrator, Michael Brown at (210) 671-1895 or via e-mail at michael.brown.73@us.af.mil or the contracting officer, Christopher Trevino, at (210) 671-5148 or via email at christopher.trevino.2@us.af.mil for further instructions. The site visit is not mandatory to submit a bid. 11. Mandatory Registrations: To be eligible for award, the On-line Registration and Certifications Application (ORCA) and Central Contractor Registration (CCR) registrations must be current. If your Reps & Certs are not current go to https://www.sam.gov 12. The following FAR/DFARS provisions and clauses are applicable to this request/solicitation for open market quotes: 52.211-17, Delivery of excess quantities 252.211-7003, Item Identification and Valuation 52.212-1, Instructions to Offerors-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) 52.219-28, Post-Award Small business program Re-representation 52.222-36, Affirmative Action 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Band Text Mess while Driving 52.232-33, Payment by Electronic Funds Transfer 52.233-3, Protest After Award 52.246-17, Warranty of Supplies of a Noncomplex Nature 52.247-34, F.O.B. Destination 52.252-6, Authorized Deviations in Clauses 252.204-7000, Disclosure of Information 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation). 252.225-7001, Buy America and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports Attachments: 1. Salient Characteristics 2. Statement of Work (SOW) 3. Drawings
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/JBKAAC-14-0003/listing.html)
- Place of Performance
- Address: Joint Base San Antonio - Lackland, Texas 78236, Building 3750, San Antonio, Texas, 78236, United States
- Zip Code: 78236
- Zip Code: 78236
- Record
- SN03275591-W 20140130/140128234151-a10b7ad411496c4664077e759eb0d2d6 (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 |