MODIFICATION
72 -- Furnishings for General's Military Family Housing - Amendment 1
- Notice Date
- 4/14/2018
- Notice Type
- Modification/Amendment
- NAICS
- 337122
— Nonupholstered Wood Household Furniture Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
- ZIP Code
- 33621-5119
- Solicitation Number
- F2V3F97348AW01
- Archive Date
- 5/12/2018
- Point of Contact
- Yonathan Haile, Phone: 8138284896, Ramon A. Jimenez, Phone: 813-828-7483
- E-Mail Address
-
yonathan.haile@us.af.mil, ramon.jimenez.7@us.af.mil
(yonathan.haile@us.af.mil, ramon.jimenez.7@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 2: Statement of Need Attachment 1: Request for Quote This is a combined synopsis/solicitation for commercial products 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 is a Request for Quote (RFQ) and the solicitation number for this requirement is F2V3F97348AW01. The 6th Contracting Squadron, MacDill AFB, Florida, requires a formal dining room set (see list of requirements and provide full color photos of wood color options with quote) made of high quality solid wood construction for entertainment purposes for a senior military officer. I. DESCRIPTION OF REQUIREMENT: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 effective 06 Nov 2017, DFAR DPN 20180323, and AFFAR AFAC 2017-1003. The North American Industry Classification System code (NAICS) is 337122, with a Small Business Size Standard of 750 Employees. A firm fixed price contract will be awarded. II. DELIVERY ADDRESS: Include delivery to MacDill Air Force Base; 8124 Constellation Ave, Tampa, Florida 33621 III. PRICING SCHEDULE: CLIN Description Qty. Unit Amount 0001 Pedestal Dining Table - require a dining room table that is capable of seating 16 people (with 14 side/2 end chairs) with at least two (2) removable leafs to reduce the table size for smaller groups. Additional pedestals may be needed to support the weight of the table with all leafs added Material - high quality solid wood (no particle board) Finish/Color - American or French Walnut Dimensions - Maximum of 190" long; maximum of 50" wide; approximately 31" in height. Table should be a minimum of 186" in length and a minimum width of 46" to support seating for 16 people 1 EA $ 0002 Arm Chairs - Dining room chair cushions should be made of stain resistant fabric/upholstery and come in a neutral color (provide full color swatches or photos of color options with quote). Material - high quality solid wood (no particle board) Finish/Color - American or French Walnut Dimensions - 24w X 30d X 42h (depending on style) 2 EA $ 0003 Side Chairs - Dining room chair cushions should be made of stain resistant fabric/upholstery and come in a neutral color (provide full color swatches or photos of color options with quote). Material - high quality solid wood (no particle board) Finish/Color - American or French Walnut Dimensions - 22w X 24d X 42h (depending on style) 14 EA $ 0004 China Cabinet - Require a solid wood construction traditional china cabinet with adjustable tempered glass shelves (5/8) thickness Material - high quality solid wood (no particle board) Finish/Color - American or French Walnut Dimensions - Maximum width 80"; maximum depth 24"; maximum height 93" (minimum dimensions: 75w X 18.5d X 85h) 1 EA $ 0005 Sideboard - Require a sideboard with 2-3 drawers for silverware storage and doors below for additional storage of dishware Material - high quality solid wood (no particle board) Finish/Color - American or French Walnut Dimensions - 70w X 20d X 38h 1 EA $ 0006 Delivery and Installation - manufacturing and delivery/installation of all furniture should take place no later than 1 August 2018 $ TOTAL $ Specific Instructions: a. IAW FAR 52.219-6, this acquisition is a Total Small Business Set-Aside. IV. BASIS FOR AWARD: Reference 52.212-2, Evaluation -- Commercial Items V. PROVISIONS/CLAUSES: Provisions and clauses may be obtained via the internet through the following websites: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference: - FAR 52.204-7, System for Award Management - FAR 52.204-13, System for Award Management - FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law - FAR 52.212-1, Instructions to Offerors -- Commercial Items - FAR 52.212-3, Offeror Representation and Certifications--Commercial Items - FAR 52.212-4, Contract Terms and Conditions--Commercial Items - FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items - FAR 52.219-6, Notice of Total Small Business Set-Aside Within FAR 52.212-5, the following provisions and clauses are incorporated by text: -FAR 52.222-26, Equal Opportunity -FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving -FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management - FAR 52.219-1, Small Business Program Representations - FAR 52.219-28, Post-Award Small Business Program Rerepresentation - FAR 52.252-1, Solicitation Provisions Incorporated by Reference - FAR 52.252-2, Clauses Incorporated by Reference The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by full text: Addenda to 52.212-1 -- Instructions to Offerors -- Commercial Items. (a) Submission of offers. There will be no sample requirement for evaluation. However, samples will be required upon request. In addition, offerors must provide information on how they will meet our delivery schedule. Offerors will not be considered if they fail to provide sufficient information about delivery schedule. (End of Provision) 52.212-2, Evaluation -- Commercial Items (a) 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 2) Technical Price - Received quotes will be ranked and arranged by price (lowest first) before the Government assesses technical capability. Rankings/arrangemnt will based on total price inclusive of transportation charges from the shipping point of the supplier to the delivery destination. Technical - As part of an offerors technical response, specific evidence must be provided reflecting a complete understanding of the Statement of Need. Failure to provide evidence (i.e. pictures, descriptive literature, samples, etc.) will result in that offeror being removed from consideration. Technical acceptability of end product will be determined by a government evaluator IAW Table A-1 (as provided below). If the lowest priced offeror is rated "Unacceptable", they will be removed from consideration and the governement will proceed evaluation of the next lowest priced offeror until an "acceptable" offeror is found or until all offerors are evaluated. Table A-1. Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Technical response provides specific evidence that the offerors understands all requirement of the SON. Unacceptable Technical response does not provides specific evidence that the offerors understands all requirement of the SON. (b) Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) The following Defense Federal Acquisition Regulation (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference: -DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials -DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights -DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials -DFARS 252.204-7003, Control of Government Personnel Work Product -DFARS 252.204-7004 Alt A, System for Award Management Alternate A -DFARS 252-204-7012, Safeguarding of Unclassified Controlled Technical Information -DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax. Liability or a Felony Conviction under and Federal Law is required -DFARS 252.225-7001, Buy American Act and Balance of Payment Program -DFARS 252.225-7002, Qualifying Country Sources as Subcontractors -DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls -DFARS 252.232-7003, Electronic Submission of Payment Requests -DFARS 252.232-7010, Levies on Contract Payments -DFARS 252.243-7001, Pricing of Contract Modifications -DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text: AFFARS, Health and Safety on Government Installations (NOV 2012) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) AFFARS, 5352.242-9000 Contractor Access to Air Force Installations (NOV 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) AFFARS 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/AFRCO/SMC ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/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) All offers must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov/portal/public/SAM/. Lack of registration in the SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. VI. DEADLINE: Offers are due on Friday, 27 April by 10:00 AM EST. Any questions regarding this solicitation must be submitted not later than Wednesday, 18 April 2018 by 10:00 AM EST. Any questions submitted after this date, may not be answered. Submit offers or any questions to the attention of SSgt Yonathan Hailé, 6CONS/PKA, by email to yonathan.haile@us.af.mil. Government Point of Contact: SSgt Yonathan Hailé, USAF, Contracting Specialist yonathan.haile@us.af.mil (813)828-7467 Government Alternate Point of Contact: Ramon Jimenez, USAF, Contracting Officer ramon.jimenez.7@us.af.mil (813)828-7483 Attachments: 1. Statement of Need Statement of Need Furnishings for General's Military Family Housing (MFH) Unit April 13, 2018 1. Description of Requirement: Purchase formal dining room set (see list of requirements and provide full color photos of wood color options with quote) made of high quality solid wood construction for entertainment purposes for a senior military officer. 2. List of Required Items: -Pedestal Dining Table (Qty: 1) -China Cabinet (Qty: 1) -Sideboard (Qty: 1) -Arm Chairs (Qty: 2) -Side Chairs (Qty: 14) 3. Minimum Requirements: a. Pedestal Dining Table- Require a dining room table capable of seating 16 people (with 14 side/2 end chairs) with at least two (2) removable leafs to reduce the table size for smaller groups. Additional pedestals may be needed to support the weight of the table with all leafs added. Material- high quality solid wood Finish/Color- American or French Walnut Dimensions- Maximum of 190" long; maximum of 50" wide; approximately 31" in height. Table should be a minimum of 186" in length and a minimum width of 46" to support seating for 16 people. b. Arm Chairs- Dining room chair cushions should be made of stain resistant fabric/upholstery and have a neutral color (provide full color swatches or photos of color options with quote). Material- high quality solid wood Finish/Color- American or French Walnut Dimensions- 24w X 30d X 42h (depending on style) c. Side Chairs- Dining room chair cushions should be made of stain resistant fabric/upholstery and come in a neutral color (provide full color swatches or photos of color options with quote). Material- high quality Solid wood Finish/Color- American or French Walnut Dimensions- 22w X 24d X 42h (depending on style) d. China Cabinet- Require a solid wood construction traditional china cabinet with adjustable tempered glass shelves (5/8 thickness) Material- high quality solid wood Finish/Color- American or French Walnut Dimensions- Maximum width 80"; maximum depth 24"; maximum height 93" (minimum dimensions: 75w X 18.5d X 85h) e. Sideboard- Require a sideboard with 2-3 drawers for silverware storage and doors below for additional storage of dishware Material- high quality solid wood Finish/Color- American or French Walnut Dimensions- 70w X 20d X 38h 4. Delivery & Installation: Include delivery to MacDill Air Force Base; 8124 Constellation Avenue, Tampa, Florida 33621. Manufacturing and delivery/installation of all furniture should take place no later than 1 August 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2V3F97348AW01/listing.html)
- Place of Performance
- Address: 8124 Constellation Ave, MacDill AFB, FL 33621, Tampa, Florida, 33621, United States
- Zip Code: 33621
- Zip Code: 33621
- Record
- SN04889753-W 20180416/180414230015-b283f48ae555160e86bf0dc4cfc2ddb9 (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 |