Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2018 FBO #6086
MODIFICATION

71 -- CHAIRS

Notice Date
7/21/2018
 
Notice Type
Modification/Amendment
 
NAICS
337211 — Wood Office Furniture 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
F2MTR18157AW02
 
Point of Contact
Mary Lou Walther, Phone: 2106716413, Lauren Macias, Phone: 2106716415
 
E-Mail Address
mary.walther@us.af.mil, lauren.macias.1@us.af.mil
(mary.walther@us.af.mil, lauren.macias.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
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; proposals are being requested and a separate RFQ will not be issued. (Only use this statement if a synopsis is required and will be combined with the quote) The solicitation number is ___20180720____________and is issued as a Request for Quotation. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-94. This purchase is Full and Open Competition concerns. NAICS code: ___337211___ Small business size standard:_1,000_____ CHAIRS Please respond to this RFQ by emailing response to Mary Lou Walther at E-mail: mary.walther@us.af.mil no later than 10:00 am CST27 Jul 2018 (or sooner if possible) in order to be considered timely. Any quote, modification, revision, or withdrawal of a quote received after the exact time specified above shall be determined as late and will not be considered unless received before award is made, the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition, and it was the only quote received. Please contact Mary Lou Wlather with additional questions at the above noted email address or call (210) 671-6413. Please provide a quote for the line items listed below. Failure to quote on all CLINs may render the quote unacceptable and ineligible for award consideration. ITEM DESCRIPTION QTY Unit Unit Price Extended Amount 0001 Please See ATTACHMENT 1-CLIN STRUCTURE FOR ITEM DESCRIPTIONS ATTACHMENT 2- STATEMENT OF WORK (SOW) ATTACHMENT-SALIENT CHARACTERISTICS BRAND NAME OR EQUAL ITEMS ACCEPTED. PLEASE PROVIDE SPEC SHEETS FOR EACH ITEM. $_____________ $_____________ 0002 INSTALLATION: $_____________ $_____________ TOTAL COST $___________ Delivery: 60 Days ARO (After Receipt of Order) Delivery Address: SEE SOW ATTACHED FOR DELIVERY INFORMATION Please provide the information below: Company Name: DUNS # Required Cage Code Number: POC: Telephone # E-Mail Address: Tax ID#: Special Notes and Instructions •1. This order is Full and Open competition concern will be accepted by the Government. Any quote that is submitted by a contractor that is submitted will t be considered for award. •2. 52.212-1- Instructions to Offerors -Commercial Items is incorporated by reference. The following addena applies to the provision: (b) Submission of offers: i. Offers shall include a description of the items being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. ii. Brand Name or Equal. When using an "Equal product" to substitute the requested brand name product, the contractor must include the following: (1) MFG name, (2) Part Number, (3) illustrations, and (4) literature or description to support equal product substitution in your RFQ submission. Details of the requesting product to fulfill the requirement must be met. Equivalent offers must meet the below salient characteristics to be considered an equivalent. Failure to meet the below characteristics renders the quote as unacceptable: (list salient characteristics below) Include the following language for service requirements: i. The Offeror's quote shall provide a detailed technical plan that includes: the approach, methodology and proposed solution to satisfy the requirements included in the Statement of Work. (c) Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes." (d) Product Samples is deleted in its entirety (e) Multiple Offers is deleted in its entirety (g) Contract award is deleted in its entirety (h) Multiple Awards is deleted in its entirety •3. 52.212-2-Evaluation Commercial Items (a) 502d CONS/JBKAA will issue a purchase order to the responsible vendor whose quote will be the most advantageous to the Government. The following shall be used to evaluate quotes: 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 are contained in the solicited item description. If the Government receives 3 or fewer initial quotes all quotes will be evaluated for Technical Acceptability. If the Government receives 3 or more initial quotes the Government will only select the 3 lowest priced quotes and then evaluate them for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if in the Government's best interest. If additional quotes are evaluated for technical acceptability they will be selected in the order of price. Award will be made to the responsible vendor whose quote is the lowest evaluated price among technically acceptable quotes. •4. Mandatory Registrations. To be eligible for award, registration with the System for Award Management (SAM) must be current (legacy for On-line Registration and Certifications Application (ORCA) and Central Contractor Registration (CCR) registrations). To register or update former CCR and Reps & Certs that are not current go to https://www.sam.gov/portal/public/SAM/ and provide mandatory information. •5. Invoices. All invoices must be submitted electronically through WAWF. •6. Site Visit. N/A if applicable •7. Notice to Offeror. Funds are available. Notice to Offeror(s)/Supplier(s): Funds are presently available for this effort.. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. The contractor shall not request, nor will the Government make, payments for any preliminary measurement, quotes, bids, site visit, time or proposal cost incurred. •8. Delivery/Assembly: Delivery shall be FOB Destination and included in CLIN prices noted above, unless otherwise and clearly noted by offeror in submitted offer. The items must be fully assembled and ready for use upon delivery. •9. The following FAR/DFARS provisions and clauses are applicable to this solicitation: (For full text references, go to www.arnet.gov or http://farsite.hill.af.mil.) 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sep 2011) 252.203.7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013 252.203-7003 Agency Office of the Inspector General (Dec 2012) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov2011) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7004 Alternate A, System for Award Management 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials (Apr 2012) 252.225-7012 Preference for Certain Domestic Commodities (Feb 2013 252.232-7006 Electric Submission of Payment Request and Receiving Reports Jun 2012) 252.232-7006 Wide Area Work Flow Payment Instructions 252.232-7010 Levies on Contract Payments (Dec 2006) 252.243-7001 Pricing of Contract Modifications (Dec 1991) 252.243-7002 Requests for Equitable Adjustments (Dec 2013) 252.247-7023 Transportation of Supplies by Sea (Jun 2013) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/F2MTR18157AW02/listing.html)
 
Place of Performance
Address: SEE ATTACHED STATEMENT OF WORK FOR DELIVERY, LACKLAND AFB, Texas, 78236, United States
Zip Code: 78236
 
Record
SN05001944-W 20180723/180721230046-afaa2f3207b00254204c18e4b592abb3 (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.