MODIFICATION
71 -- Office Furniture - Package #1
- Notice Date
- 7/23/2018
- Notice Type
- Modification/Amendment
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, 182 MSG/MSC, IL ANG, 2418 S. MUSTANG ST, BLDG 728, PEORIA, Illinois, 61607-1498, United States
- ZIP Code
- 61607-1498
- Solicitation Number
- W91SMC18Q6006
- Archive Date
- 8/23/2018
- Point of Contact
- Benjamin B. Yeutson, Phone: 3096335707
- E-Mail Address
-
benjamin.b.yeutson.mil@mail.mil
(benjamin.b.yeutson.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Line Item 0005 Customer Drawing of Building 834 Room 11. Measurements are estimated. July 12th Site Visit Slides Site Visit Sign In Sheet Customer Drawing of potential CLIN0006 Furniture Setup Measurements are estimated. W91SMC18Q60060001 - Office Furniture Solicitation Amendment (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. PLEASE READ: This effort is a high priority requirement in support of the National Guard. Funds are not presently available to make an award. If funds become available for award, and prices are deemed fair and reasonable, it is the Government's intent to make an award. This is not a commitment of funds or contract award. All quotes provided shall be marked “Quote current until 30 September 2018.” (ii) This solicitation, W91SMC-18-Q-6006 is being issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-98, effective 31 May 2018 and updated with Class Deviation 2018-00007. (iv) This procurement is small business set-aside. The associated North American Industry Classification System (NAICS) code is 337214 and the small business size standard is 1000 Employees. The Contracting Officer reserves the right to award under a different NAICS if the company would qualify as a small business under the solicited NAICS. (v) Commercial Item Descriptions: Line Item 001 – Building 280 Furniture, Rooms 2 and 3. Shall include the products, delivery, and installation of all furniture and chairs. Electrical shall be included in all required walls or systems furniture. Electrical and data outlets shall not be covered by furniture. Definitive requirements are defined with the customers of each CLIN as part of the site visit that was scheduled. Minimal requirements are listed within FAR 52.212-2 of this solicitation. Quantity: 1. Line Item 002 – Building 734 Furniture, Room 14. Shall include the products, delivery, and installation of all furniture and chairs. Electrical shall be included in all required walls or systems furniture. Electrical and data outlets shall not be covered by furniture. Definitive requirements are defined with the customers of each CLIN as part of the site visit that was scheduled. Minimal requirements are listed within FAR 52.212-2 of this solicitation. Quantity: 1. Line Item 003 – Building 734 Furniture, Room 14. Shall include the products, delivery, and installation of all furniture and chairs. Electrical shall be included in all required walls or systems furniture. Electrical and data outlets shall not be covered by furniture. Definitive requirements are defined with the customers of each CLIN as part of the site visit that was scheduled. Minimal requirements are listed within FAR 52.212-2 of this solicitation. Quantity: 1. Line Item 004 – Building 834 Furniture. Room 11. Shall include the products, delivery, and installation of all furniture and chairs. Electrical shall be included in all required walls or systems furniture. Electrical and data outlets shall not be covered by furniture. Definitive requirements are defined with the customers of each CLIN as part of the site visit that was scheduled. Minimal requirements are listed within FAR 52.212-2 of this solicitation. Quantity: 1. Line Item 005 – Building 834 Furniture. Room 11. Shall include the products, delivery, and installation of all furniture and chairs. Electrical shall be included in all required walls or systems furniture. Electrical and data outlets shall not be covered by furniture. Definitive requirements are defined with the customers of each CLIN as part of the site visit that was scheduled. Minimal requirements are listed within FAR 52.212-2 of this solicitation. Quantity: 1. Line Item 006 – Building 320 Furniture, 182 ASOG OPS Suite. Shall include the products, delivery, and installation of all furniture and chairs. Electrical shall be included in all required walls or systems furniture. Electrical and data outlets shall not be covered by furniture. Definitive requirements are defined with the customers of each CLIN as part of the site visit that was scheduled. Minimal requirements are listed within FAR 52.212-2 of this solicitation. Quantity: 1. Line Item 007 – Building 320 Furniture, 182 ASOG Maintenance Support Suite. Shall include the products, delivery, and installation of all furniture and chairs. Electrical shall be included in all required walls or systems furniture. Electrical and data outlets shall not be covered by furniture. Definitive requirements are defined with the customers of each CLIN as part of the site visit that was scheduled. Minimal requirements are listed within FAR 52.212-2 of this solicitation. Quantity: 1. Line Item 008 – Building 320 Furniture, Intel Office. Shall include the products, delivery, and installation of all furniture and chairs. Electrical shall be included in all required walls or systems furniture. Electrical and data outlets shall not be covered by furniture. Definitive requirements are defined with the customers of each CLIN as part of the site visit that was scheduled. Minimal requirements are listed within FAR 52.212-2 of this solicitation. Quantity: 1. Line Item 009 – Building 320 Furniture, 168 ASOS Room 23. Shall include the products, delivery, and installation of all furniture and chairs. Electrical shall be included in all required walls or systems furniture. Electrical and data outlets shall not be covered by furniture. Definitive requirements are defined with the customers of each CLIN as part of the site visit that was scheduled. Minimal requirements are listed within FAR 52.212-2 of this solicitation. Quantity: 1. Line Item 010 - Building 320 Furniture, 168 ASOS Room 21 A & B. Shall include the products, delivery, and installation of all furniture and chairs. Electrical shall be included in all required walls or systems furniture. Electrical and data outlets shall not be covered by furniture. Definitive requirements are defined with the customers of each CLIN as part of the site visit that was scheduled. Minimal requirements are listed within FAR 52.212-2 of this solicitation. Quantity: 1. (vi) GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT AWARD. If not already registered in SAM, go to WWW.SAM.GOV to register prior to submitting quote. The award will be made via best value - subjective tradeoff with the technical factors being those listed within FAR 52.212-2. (vii) The products are to be delivered no later than 120 days ARO to 2416 S. Falcon Blvd, Peoria, IL 61607. The government prefers FOB Destination, but will accept FOB Origin as long as the estimated price is included for Line Item 0011 within the quote response. (viii) The provision at 52.212-1, Instructions to Offerors – Commercial, is applicable. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, Alternate 1 is applicable. Basis for award is Best Value – Subject Tradeoff Process. The Government intends to make up to 3 firm-fixed price awards, but reserves the right to make fewer contract awards if it is beneficial to the Government. (x) A successful offeror shall include a completed copy of the provision at 52.212-3 Alt-1, Offeror Representations and Certifications -- Commercial Items, with its offer and address the items listed within the addenda of this provision. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause are applicable to the acquisition, which include: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations. FAR 52.219-6, Notice of Total Small Business Set-Aside. FAR 52.219-28, Post Award Small Business Program Representation. FAR 52.222-3, Convict Labor. FAR 52.222-19, Child Labor – Cooperation with Authorities and Remedies. FAR 52.222-21, Prohibition of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-35, Equal Opportunity for Veterans. FAR 52.222-36, Equal Opportunity for Workers with Disabilities. FAR 52.222-37, Employment Reports on Veterans. FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act FAR 52.222-50, Combating Trafficking in Persons. FAR 52.222-54, Employment Eligibility Verification. FAR 52.223-15, Energy Efficiency in Energy-Consuming Products. FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.223-20, Aerosols. FAR 52.223-21, Foams. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. FAR 52.233-3, Protest After Award. FAR 52.233-4, Applicable Law for Breach of Contract Claim. The following provisions are incorporated into this solicitation by reference: FAR 52.204-16, Commercial and Government Entity Code Reporting. FAR 52.237-1, Site Visit. DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations. DFARS 252.225-7031, Secondary Arab Boycott of Israel. The following clauses are incorporated into this solicitation by reference: FAR 52.204-18, Commercial and Government Entity Code Maintenance. FAR 52.222-37, Employment Reports on Veterans FAR 52.228-5, Insurance – Work on a Government Installation FAR 52.232-39, Unenforceability of Unauthorized Obligations. FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. FAR 52.247-34, F.O.B. Destination. DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002, Requirement to Inform Employees of Whistleblowers Rights. DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information. DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information. DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors. DFARS 252.211-7008, Use of Government-Assigned Serial Numbers. DFARS 252.215-7007, Notice of Intent to Resolicit DFARS 252.215-7008, Only One Offer DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.225,-7021, Trade Agreements DFARS 252.223-7008, Prohibition of Hexavalent Chromium. DFARS 252.225-7001, Buy American and Balance of Payments Program. DFARS 252.225-7021, Trade Agreements – Basic. DFARS 252.225-7048, Export Controlled Items. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010, Levies on Contract Payments. DFARS 252.244-7000, Subcontracts for Commercial Items. DFARS 252.247-7023, Transportation of Supplies by Sea. The following provisions are incorporated by full text. DFARS 252.204-7011, Alternative Line Item Structure. DFARS 252.225-7000, Buy American - Balance of Payments Program Certificate. DFARS 252.225-7020, Trade Agreements Certificate DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism DFARS 252.247-7022, Representation of Extent of Transportation by Sea (Offerors shall include completed copies of the certifications within the following provisions with their offer.) The following clauses are incorporated by full text. The full text is found in Attachment #1, Full-Text Provisions and Clauses. FAR 52.252-2, Clauses Incorporated by Reference. FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.211-7003, Item Unique Identification and Valuation. DFARS 252.232-7006, Wide Area Workflow Payment Instructions. (xiii) The product will at a minimum have a 1 year standard manufacturer’s and workmanship warranty. (xiv) Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. (xv) A site visit was scheduled for 12 July 2018 at 2416 S. Falcon Blvd, Peoria, IL 61607 at 0900. Offer due date has been extended to 1:00 PM Central Standard Time on Wednesday, 8 August 2018. 182AW/MSC, ATTN: MSgt Benjamin B. Yeutson, 2416 S. Falcon Blvd, Peoria, IL 61607-5023. Offers may be submitted by mail or e-mailed to benjamin.b.yeutson.mil@mail.mil. (xvi) All questions and quotes must be directed to 182 Contracting Officer via email at benjamin.b.yeutson.mil@mail.mil. Questions asked after the posting of the second site visit will be posted. Any other questions asked after this point in time will be provided to the awardee only. Please make quotes good until 30 September 2018. Emailed quotes are preferred. Late quotes may be rejected at the Contracting Officer's discretion. Electronic Documents: All electronic documents must NOT be "secured", "locked", or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA11-2/W91SMC18Q6006/listing.html)
- Place of Performance
- Address: 2416 S. Falcon Blvd, Peoria, Illinois, 61607, United States
- Zip Code: 61607
- Zip Code: 61607
- Record
- SN05002329-W 20180725/180723230745-3bcdefd1dfefc861be05cef317864786 (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 |