Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2014 FBO #4669
SOLICITATION NOTICE

99 -- Stage Curtains for Auditoriums

Notice Date
9/4/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314120 — Curtain and Linen Mills
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2XT104217A001-MS
 
Archive Date
9/30/2014
 
Point of Contact
Mariah D. Smith, Phone: 334-953-1549, William Stallings, Phone: 334-953-6170
 
E-Mail Address
mariah.smith.1@us.af.mil, william.stallings.1@us.af.mil
(mariah.smith.1@us.af.mil, william.stallings.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in this document. 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; quotes are being requested and a written solicitation will not be issued. This requirement is issued as a Request for Quote (RFQ) (Reference-Number F2XJA84223A001). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-76 (25 Aug 2014) and the DPN 20140828 effective 28 Aug 2014. A Firm Fixed Price contract award will be made in accordance with the following: NAICS Code: 314120; size standard: 500 employees The Defense Priorities and Allocations System rating is C9E. IMPORTANT NOTES: 1. THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. 2. ALL PRODUCTS MUST BE NEW; NO REFURBISHED OR USED ITEMS WILL BE ACCEPTED. 3. A SITE VISIT WILL BE HELD FOR THIS REQUIREMENT (SEE SPECIAL INSTRUCTION 110 FOR DETAILS) NATURE OF ACQUISITON: Maxwell Air Force Base has a requirement to purchase Stage Curtains listed below in the "Schedule of Supplies/Services." This procurement will be awarded as small business set-aside under Simplified Acquisition Procedures. All inquiries/responses to this notice must be received by 15 September 2014, 2:00 p.m. CST. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following items: CLIN 0001 - Manufacture and deliver fire retardant stage curtains in accordance with (IAW) the Statement of Objectives (SOO) for large auditorium (Room 105). (1 EA) CLIN 0002 - Manufacture and deliver fire retardant stage curtains IAW the Statement of Objectives for large auditorium (Room 111). (1 EA) CLIN 0003 - Removal of existing curtains and installation of new curtains to include valances IAW the Statement of Objectives for large auditorium. (2 EA) DELIVERY INFORMATION: Ship To: Bldg. 694 150 Chennault Circle, Maxwell AFB, AL 36112 Shipping will be FOB Destination QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. a. The Offeror must submit a signed and dated quote on company letterhead with unit prices and extended prices in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services" and terms and conditions, the offeror agrees to accede to all solicitation requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. b. Offerors must include a completed copy of the provisions at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items. c. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. d. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the System for Award Management (SAM) database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-888-227-2423. e. Responses to this notice shall be provided in writing via e-mail to SrA Mariah Smith at Mariah.Smith.1@us.af.mil. All responses shall be received NLT 2:00 PM CST on 15 September 2014. Email is the preferred method. Points of Contact: SrA Mariah Smith, Contracting Specialist, Phone (334) 953-1549, Fax (334) 953-3543. Alternate POC: William Stallings, Contracting Officer, Phone (334) 953-6170 E-mail: william.stallings.1@us.af.mil. IMPORTANT NOTE: Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. BASIS FOR AWARD Award will be based on technical acceptability and price. For quotes determined technically acceptable, a best value selection will be based on price. Technical Acceptability: An offer will be determined technically acceptable if the offeror: a) submits a dated quote, on company letterhead with unit prices and extended prices in response to this solicitation. b) Meet all minimum requirements, including the attached Statement of Objectives and takes no exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services" and terms and conditions. Price: The Government may use any of the following price analysis techniques IAW FAR 13.106-3(a) to determine price reasonableness: competitive quotes, comparison of the proposed price with prices found reasonable on previous purchases, a comparison with similar items in a related industry, comparison to an independent Government estimate, or any other reasonable basis. CONTRACT TERMS AND CONDITIONS: CLAUSES INCORPORATED BY REFERENCE: 52.204-13 System for Award Management Maintenance 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of total Small Business Set-Aside 52.219-13 Notice of Set-Aside of Orders 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights 252.204-7003 Control Of Government Personnel Work Product 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information Terrorist Country 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports 252.232-7010 Levies On Contract Payments 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023 Transportation Of Supplies By Sea-Basic CLAUSES INCORPORATED BY FULL TEXT FAR 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Deviation 2013-O0019) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jul 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.252-2 -- Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Clause) 5352.201-9101 OMBUDSMAN (APR 2014) (a) 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 interested 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, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431. (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. (End of clause) SPECIAL INSTRUCTION 114 REQUIRED POSTERS Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/main.htm SPECIAL INSTRUCTION 119 WAWF-ELECTRONIC SUBMISSION OF INVOICE Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: TBD@us.af.mil Contract Specialist: mariah.smith.1@us.af.mil Contracting Officer: TBD@us.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) STATEMENT OF OBJECTIVES Air Force Judge Advocate General's School Large auditorium room 105 & Small auditorium room 111 stage curtain replacement GENERAL DESCRIPTION 1. This section describes the stage curtains which will be custom designed for the Large and Small Auditoriums two curtains each and one valance each. 2. Provide labor to custom manufacture from 22oz inherently fire retardant (IFR) Encore velour (or similar standard) gray or pewter color four panels (curtains) plus a valance for each room, remove old panels and valance, install new valance and curtains as part of a turn-key project as described below to allow for a prompt seamless user-friendly operation of the stage curtain system. 3. Room 105 custom manufactured from 22oz IFR Encore velour (or similar standard), two (2) panels each approximately 13'-6" H x 13'-3" wide, with 50% added fullness sewn in through box pleats. Top panels to be finished with heavy weight jute, grommets, and bit-snaps for attaching to existing track, 2" side hems, 12" center hems, 5" bottom pocket with chain weight. 4. Valance custom manufactured from 22oz IFR Encore velour (or similar standard) with 50% fullness - one (1) panel 1'-2" H x 27'-0" wide, 2" side hems sewn in through box pleats. The top of panels to be finished with heavy weight jute and design for Tack-hang. Color: patching to hanging curtains. 5. Room 111 custom manufactured from 22oz IFR Encore velour (or similar standard) - two (2) panels each approximately 11'-4" H x 9'-5" wide, with 50% added fullness sewn in through box pleats. Top panels to be finished with heavy weight jute, grommets, and bit-snaps for attaching to existing track, 2" side hems, 12" center hems, 5" bottom pocket with chain weight. 6. Valance custom manufactured from 22oz IFR Encore velour (or similar standard) with 50% fullness - one (1) panel 1'-2" H x 20'-0" wide, 2" side hems sewn in through box pleats. Top of panels to be finished with heavy weight jute and design for Tack-hang. Color: pewter. 7. The above curtains will be sewn using industry standard sewing techniques, Box pleats, vertical hems sewn to factory salvage edge, jute webbing at top hem. The above curtain using 22oz IFR is velour color: pewter or gray. 8. All components shall meet at least the theatrical professional level of quality, and must provide the quality and durability as such for constant use. 9. The contractor must install and integrate all components, hooks, bit-snaps, internal chain, etc. necessary to complete the installation and provide a turnkey solution. 10. The contractor will be responsible for any and all required equipment necessary to remove and replace panels (curtains) and valance. 11. For our purposes we will require professional and or broadcast theatrical quality components. Final outcome is to replicate current curtain design with a new and state of the art professional/broadcast theatrical quality IFR material. MISC INFORMATION/REQUIREMENTS: 12. General cleanup of material, packaging, and work areas will be conducted during job progress (at the end of each day as a minimum) to minimize unacceptable appearance of job site to student/visitor populations. 13. At the conclusion of the project, project site should be professional looking clean and safe. Requirements include plugging holes and concealing all cabling. 14. Type and quality of material must be included with the proposal as it will also be evaluated along with the layout and placement of the equipment. PROVISIONS INCORPORATED BY REFERENCE: 52.204-7 System for Award Management (Jul 2013) 52.212-1 Instructions to Offerors -- Commercial Items (Apr 2014) 252.204-7004 Alternate A, System For Award Management (Feb 2014) 252.204-7011 Alternative Line Item Structure (Sep 2011) 252.209-7002 Disclosure of Ownership or Control by a Foreign Government. 252.211-7006 Passive Radio Frequency Identification (Sep 2011) The following provisions apply: By Full Text: FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, Alt 1. Offerors are reminded that Representations and Certifications are maintained at the following website: http://www.acquisition.gov. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. 52.252-1 -- Solicitation Provisions Incorporated by Reference. Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm (End of Provision) 252.225-7000 Buy American--Balance of Payments Program Certificate. BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JAN 2014) (a) Definitions. "Commercially available off-the-shelf (COTS) item," "component," "domestic end product," "foreign end product," "qualifying country," "qualifying country end product," and "United States" have the meanings given in the Buy American and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American statute or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American and Balance of Payments Program clause of this solicitation, the offeror certifies that- (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of "domestic end product": Line Item Number Country of Origin (If known) (End of provision) SPECIAL INSTRUCTION 110 SITE VISIT A site visit is scheduled for 2:00 p.m., on 10 September 2014. Bidders/Offerors should be at: Bldg 694 150 Chennault Circle, Maxwell AFB, AL 36112 At this time and date to view the work site and present pertinent questions. Bidders/Offerors should be at the Maxwell Main gate visitor's center on Maxwell BLVD at 2:00 p.m. Central Standard Time to view the work site and take such other steps as may be reasonably necessary to ascertain the nature and location of work and the general and local conditions that can affect the work or cost thereof. Failure to do so will not relieve bidders/offerors from the responsibility for estimating properly the difficulty or cost of successfully performing the work. The government will assume no responsibility for any understanding or representation concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the invitation for bids/request for proposals, the specification, or related documents.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XT104217A001-MS/listing.html)
 
Record
SN03495430-W 20140906/140904235138-dd301049bddfc80042f322a1a8511415 (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.