Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2018 FBO #6135
MODIFICATION

72 -- Mattress sets with integrated climate control system - Amendment 2

Notice Date
9/8/2018
 
Notice Type
Modification/Amendment
 
NAICS
337910 — Mattress Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 140 MSG/MSC, CO ANG, 18841 East Crested Butte Ave., Bldg 841, Stop 78, Buckley AFB, Colorado, 80011-9523, United States
 
ZIP Code
80011-9523
 
Solicitation Number
W912LC-18-Q-5002
 
Archive Date
9/29/2018
 
Point of Contact
Christopher T. Stephenson, Phone: 7208479498, Noah J. Branscom, Phone: 7208479818
 
E-Mail Address
christopher.t.stephenson2.mil@mail.mil, noah.j.branscom.mil@mail.mil
(christopher.t.stephenson2.mil@mail.mil, noah.j.branscom.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment #2 -- Question Responses AMENDMENT #2 -- THIS COMBINED SYNOPSIS/SOLICITATION IS SET ASIDE 100% FOR SMALL BUISNESS. This announcement constitutes the only Synopsis/Solicitation notice; the written solicitation is attached and quotes are being requested. Solicitation number W912LC-18-Q-5002 is being issued as a REQUEST FOR QUOTE (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100 effective 22 August 2018. All applicable provisions and clauses are included in the actual solicitation. The North American Industry Classification System (NAICS) code is 337910 and the small business size standard is 1,000 employees. The Government intends to issue a firm fixed price contract for the acquisition of mattress sets with integrated climate control at Buckley AFB, CO. Please reference solicitation # W912LC-18-Q-5002 on all correspondence. The Government reserves the right to cancel this solicitation, either before or after the response date. Quotations must be good for one month after the closing postdate. PARTIAL QUOTES WILL NOT BE CONSIDERED. Please provide the following: Mattress sets with integrated climate control for the 140th Operations Group in accordance with the attached Pricing Schedule. SEE ATTACHED STATEMENT OF NEED FOR FULL REQUIREMENT. Due Dates: Questions due by: 7 September 2018 @ 4:00 P.M. MST Responses Posted by: NLT 11 September 2018 @ 2:00 P.M. MST Quotes due by: 14 September 2018 @ 4:00 P.M. MST LIST OF ATTACHMENTS: 1.Pricing Schedule 2. Amendment #1 3. Amendment #2 (Question Responses) A. THE FOLLOWING SHALL BE INCLUDED IN THE CONTRACTOR'S RESPONSE FOR EVALUATION: i. Total Price Quote: a.Table 1 with pricing for items as indicated ii. Minimum Acceptable Standards: a.Complete quote (as indicated under "Quote Preparation Instructions") b.Most advantageous solution to all priced items to fulfill the government's need. B. EVALUATION OF QUOTES: Following closure of this combined Synopsis/Solicitation all quotes will be placed in order from lowest to highest priced. The evaluation team will start with the lowest Quote and work to the highest determining if each vendor meets the Minimum Acceptable Standards. Award will be made to the offeror that provides the best value to the government to include warranty (length and full replacement/limited) and Temperature Control Range (exceeding the minimum control range required). Failure to meet a Minimum Acceptable Standard may result in an offer being determined as unresponsive. Each Minimum Acceptable Standard set forth below will receive a rating of meets/does not meet based on the assessed strengths and deficiencies of each offeror's quote as they relate to each Minimum Acceptable Standard. The Government reserves the right to conduct a price evaluation of each offeror's quote to determine whether or not each quote complies with the stated criteria: "Reasonableness" and "Realism". A price reasonableness analysis is primarily concerned with determining whether or not an offered price is too high. For price to be reasonable, it must represent a price that provides value to the Government in relation to given to prices in the market and functional capabilities of the offeror. A price realism analysis is primarily concerned with determining whether or not an offered price is too low. Realism is evaluated by assessing the compatibility of proposed costs with proposal scope and effort. Proposals unrealistically low in price, when compared to the Government estimate, and/or market conditions evidenced by other competitive proposals received, may be indicative of an inherent lack of understanding of the solicitation requirements and may result in proposal rejection without discussion. Any inconsistency, whether real or apparent, between proposed performance and price must be clearly explained in the price proposal. The burden of proof of price realism rests solely with the offeror. Below is the evaluation criteria listed in FAR 52.212-2: i. Total Price Quote: a.Table 1 with pricing for items as indicated. ii. Minimum Acceptable Standards: a.Complete quote (as indicated under "Quote Preparation Instructions") b.Most advantageous solution to all priced items to fulfill the government's need. DESCRIPTION OF SUPPLIES AND/OR SERVICES Verify that the prices quoted reflect the most competitive pricing available to the Government with regard to this Combined Synopsis/Solicitation. It is the responsibility of the offeror to ensure the best possible pricing available to the Government is provided. As such, the offeror is responsible for conducting this verification through reasonable methods, which may include, but not be limited to: comparison to existing price schedules, previous contracts, catalog pricing, etc. Provide pricing for your quote in Table 1 below. No other pricing format will be accepted: Table 1 Line ItemDescriptionQtyUnit Price 0001Queen Size Mattress: Winkbed or equal -- All items shall be of new condition. Must be a hybrid combination of foam and coil with medium firmness and pillow top. Mattress shall be compatible with the Temperature Control System quoted in Line Item 0003, if applicable. The Temperature Control System may be built-in as part of the mattress. All mattresses shall include a minimum of a 10 year warranty. Item(s) must be Buy American Act or Trade Act compliant. Include shipping, installation, and setup in pricing.11 Each 0002Queen Size Standard Box Spring with minimum of 5 year warranty. Color pattern must match that of the mattress. All items shall be of new condition. The Temperature Control System may be built-in as part of the box spring. Item(s) must be Buy American Act or Trade Act compliant. Include shipping, installation, and setup in pricing.11 Each 0003Optional: Integrated temperature control system. System must be able to cool the mattress at least 10 degrees and warm the mattress at least 30 degrees from ambient room temperature. All items shall be of new condition. Include shipping, installation, and setup in pricing. NOTE(s): If Line Items 0001 and 0002 do not provide a Temperature Control System, the offeror must quote a separate Temperature Control System for Line Item 0003. Should Line Items 0001 or 0002 provide an Integrated Temperature Control System, this Line Item is optional and can be marked as "N/A" or $0. Item(s) must be Buy American Act or Trade Act compliant.11 Each 0004Queen size waterproof mattress protector compatible with temperature control technology used by Line Items 1-3. Item(s) must be Buy American Act or Trade Act compliant. Include shipping, installation, and setup in pricing.11 Each 0005Removal and disposal of existing mattresses and box springs.11 Sets Total Price: *If GSA pricing is available, please indicate which items are on GSA schedule and which are open market. All contractors shall be registered at System for Award Management (SAM.GOV) https://www.sam.gov/portal/public/SAM/. Contractors must be registered in the SAM.GOV database before a contract can be awarded to your company. PARTIAL QUOTES WILL NOT BE CONSIDERED. PARTIAL AWARDS WILL NOT BE MADE. Please acknowledge all requirements of the solicitation in the quotes. Direct all questions and submit quotes to (Primary) MSgt Christopher Stephenson at christopher.t.stephenson2.mil@mail.mil (720-847-9498) and (Secondary) SMSgt Noah Branscom at noah.j.branscom.mil@mail.mil (720-847-9818). Quotes submitted shall adhere to the line item structure contained herein. QUOTE PREPARATION INSTRUCTIONS: To assure timely and equitable evaluation of Quotes, Offerors shall follow the instructions contained herein and Sections A&B above. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and minimum standards, in addition to those identified as evaluation factors or sub factors. Failure to meet a requirement may result in an offer being ineligible for award. Offerors shall clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The response shall consist of one (1) written volume; Volume I - Price Quote and Contract Documentation (to include drawings and specifications). Volume & TitleMax Page LimitNumber of copies requiredDue Date (NLT) I. Price Quote & Contract Documentation (to include drawing and specifications)No page limitOriginal submitted via emailSee Page 1 of Combo Contract Documentation/Fill-in ClausesNo page limitOriginal submitted via emailSee Page 1 of Combo Page Size: Page size shall be 8.5 x 11 inches. Pages shall be single-spaced. Except for the reproduced sections of the solicitation document, the text size shall be no less than Times New Roman 10 point. Use at least 1-inch margins on all sides of each page. Pages shall be numbered sequentially by volume. Tables, Charts, Graphs, and Figures: Legible tables, charts, graphs and figures shall be used wherever practical to depict organizations, systems and layout, implementation schedules, plans, etc. These displays shall be uncomplicated, legible, and shall not exceed 11 by 17 inches in size when printed. Foldout pages shall fold entirely within the volume. Foldout pages may only be used for large tables, charts, graphs, diagrams and schematics, and not for pages of text. For tables, charts, graphs and figures, the text shall be no smaller than 8 point. Provisions & Clause: THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE TO THIS ACQUISITION (Note: Provisions and/or clauses marked with a * require the offeror to provide responsive information as set forth within those provisions and/or clauses. This responsive information shall be submitted in the same format provided within those provisions or clauses at the time a Quote is submitted.): • FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation (Jan 2017) • FAR 52.204-7 System for Award Management (Oct 2016) • FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Aug 2018) • FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Jan 2017) • FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2018)  The following are applicable clauses cited within FAR 52.212-5:  FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016)  FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015)(31 U.S.C. 6101 note).  FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011)  FAR 52.219-28 Post Award Small Business Program Representation (July 2013)(15 U.S.C.632)(a)(2))  FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755)  FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2018)(E.O. 13126)  FAR 52.222-21 Prohibition of Segregated Facilities (Apr 2015)  FAR 52.222-26 Equal Opportunity (Sep 2016) (E.O. 11246)  FAR 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014).  FAR 52.222-50 Combating Trafficking in Persons (Mar 2015)  FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)  FAR 52.225-1 Buy American--Supplies (May 2014)  FAR 52.225-13 Restriction on Certain Foreign Purchases (Jun 2008)  FAR 52.232-33 Payment by Electronic Funds Transfer System of Award Management Registration (Jul 2013) • FAR 52.219-1 Small Business Program Representations (Oct 2014) • FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Aug 2018) • FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) • FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) • FAR 52.246-16 Responsibility for Supplies (Apr 1984) • FAR 52.247-34 F.o.b. Destination (Nov 1991) • DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) • DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) • DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) • DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992) • DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) • DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) • DFARS 252.225-7001 Buy American and Balance of Payments Program (Dec 2017) • DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2017) • DFARS 252.225-7048 Export-Controlled Items (Jun 2013) • DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) (10 U.S.C. 2227) • DFARS 252.232-7006 Wide Area Work Flow Payment Instructions (May 2013) • DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) • DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991) • DFARS 252.246-7000 Material Inspection and Receiving Report (Mar 2008) • DFARS 252.247-7023 Transportation of Supplies by Sea (Apr 2014) Full Text Provisions, Clauses & Addendums  FAR 52.212-1 Instructions to Offerors - Commercial Items, Addendum PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: 1. DUNS Number _________________________________________ 2. TIN Number ___________________________________________ 3. CAGE Code ___________________________________________ 4. Contractor Name _________________________________________ 5. Payment Terms (net 30) or Discount _____________________________________ 6. Period of Performance___________________________________________ 7. Business Type (i.e. small, women-owned, etc.)______________________________ 8. Point of Contact & Phone Number________________________________________ 9. Fax Number _____________________________________ 10. Email address___________________________________________________ 11. FOB (destination or origin) _______________________________________ 12. GSA number, if applicable to this requirement ___________________________  52.212-2 -- Evaluation -- Commercial Items (Oct 2014) As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Oct 2014) (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: i. Total Price Quote: a.Table 1 with pricing for items as indicated. ii. Minimum Acceptable Standards: a.Complete quote (as indicated under "Quote Preparation Instructions") b.Most advantageous solution to all priced items to fulfill the government's need. (End of Provision)  FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) The offeror represents that: (a) It * has, * has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It * has, * has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards.  FAR 52.222-25 Affirmative Action Compliance (Apr 1984) The offeror represents that - (a) It * has developed and has on file, * has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2); or (b) It * has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor.  FAR 52.252-1 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 address: http://farsite.hill.af.mil.  FAR 52.252-2 Clause Incorporated by Reference (Feb 1998) 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 address: http://farsite.hill.af.mil. Local Requirements A. PAYMENT WILL BE MADE BY: Defense Finance and Accounting Service DFAS-FVB/LI 27 Arkansas Road Limestone, ME 04751-1500 Contact DFAS-FVB/LI to check payment status at (800) 390-5620 or (207) 328-5620 or via website www.dfas.mil: (Commercial Pay, then Vendor Pay Inquiry System (VPIS), then Non-MOCAS System, then Query by Contract Number, EFT Trace Number, DUNS Number or Cage Code) B. CHANGES TO THIS CONTRACT / PURCHASE ORDER / DELIVERY ORDER The Contracting Officer (CO) is the only person authorized to approve changes or modify any of the requirements under this contract and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the CO. In the event the Contractor effects any such change at the direction of any person other than the CO, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. Contractual problems, of any nature, which might occur during the life of the contract shall be handled in conformance with publiw law and regulations and shall be referred to the CO for resolution. Only the CO is authorized to formally resolve such problems. Therefore, the contractor is here directed to bring all such contractual problems to the immediate attention of the CO. Any request for contract changes/modification shall be submitted to the CO
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA05-1/W912LC-18-Q-5002/listing.html)
 
Place of Performance
Address: 246 S Aspen Street, Stop 63, Buckley AFB, CO 80011, Buckley AFB, Colorado, 80011, United States
Zip Code: 80011
 
Record
SN05080237-W 20180910/180908230035-b16ed8b56982c54f2394b4c5e2073cbe (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.