SOLICITATION NOTICE
71 -- Furniture- Signal - Best Value and Delivery - Line Item Detail
- Notice Date
- 9/12/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337127
— Institutional Furniture Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Delaware, Grier Building, 1161 River Road, New Castle, Delaware, 19720-5199, United States
- ZIP Code
- 19720-5199
- Solicitation Number
- W912L518Q0025
- Point of Contact
- Jacob R. Lindell, Phone: 3023267465
- E-Mail Address
-
jacob.r.lindell.mil@mail.mil
(jacob.r.lindell.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Line Item Detail Best Value and Delivery This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number assigned to this action is W912L5-18-Q-0025. This acquisition is utilizing procedures in FAR Part 13, Simplified Acquisition Procedures and is issued as a Request for Quote (RFQ) from the USPFO, New Castle, DE 19720. This solicitation is being set aside for small businesses only. The applicable North American Industry Classification System (NAICS) code is 337127, Institutional Furniture Manufacturing with a size standard of 500 employees, SIC code 7110 Office Furniture. Brand name or equal is applicable. Destination pricing required. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular (FAC) 2005-100 and DPN 20180824. POC SGT Jacob Lindell, 302-326-7465. Award will be made based on overall best value to the government. The selected vendor shall provide all materials, labor, transportation, installation and technical expertise necessary to complete this award. An offer which requires the Government to execute a separate agreement with a third party shall be deemed technically unacceptable. The Government intends to place a Single, Firm-Fixed Price order without discussions. Therefore, Offerors should submit their best offer up front. Do not assume you will be able to revise your offer. Items Required: Line Description Quan. Unit 01 Case, Rally Freestanding Display with Cornice/Light Set: 1 Ea. 02 Table, Mobile Cafeteria with Benches. Rectangle with powdercoat frame and dynarock edge: 10 Ea. LINE ITEM SPECIFICS: See attachments for line item details as well as best value and delivery practices. Pricing shall include shipping for all items. No partial quotes shall be accepted. This is a BRAND NAME OR EQUAL buy. SUBMISSION GUIDELINES: Submitted quote must include the following: (1) the solicitation number; (2) the name, address and telephone number of the offeror; (3) the price and discount terms (quote FOB Destination); (4) Acknowledgement of any solicitation amendments; (5) vendors proposal should include details of services to be provided for each requirement identified with pricing. Proposal should be submitted under company letterhead, with DUNS number, Company Name, Address and POC included. If quoting an equivalent item, please email the description with specifications of the item you are quoting. The Contracting Officer will evaluate equal products on the basis of information furnished by the quote or identified in the quote and reasonably available to the Contracting Officer. Prior to award, the vendor must be currently registered in the System for Award Management (SAM) at https://www.sam.gov. The Government reserves the right to award on a multiple award or an all or none basis. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov. Lack of current registration in the SAM database will make an offeror ineligible for award. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and Far DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil. The following provisions are included by reference for the purposes of this combined synopsis/solicitation: 52.204-16 Commercial and Government Entity Code Reporting; 52.204-22 Alternative Line Item Proposal 52.211-6 Brand Name or Equal; 52.212-1 Instructions to Offerors -Commercial Items; 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 252.204-7011 Alternative Line Item Structure; 252.213-7000; Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.225-7031 Secondary Arab Boycott of Israel; The following provisions are included by full text for the purposes of this combined synopsis/solicitation: 52.212-3 Alt 1 Offerors Representations and Certifications- Commercial Items; Alternate I (Oct 2014). As prescribed in 12.301(b)(2), add the following paragraph (c)(11) to the basic provision: (11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) of this provision.) [The offeror shall check the category in which its ownership falls]: ____ Black American. ___ Hispanic American. ___ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ___ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, Republic of Palau, Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ___ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ___ Individual/concern, other than one of the preceding. (End Provision) 252.225-7000 Buy American--Balance of Payments Program Certificate; BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 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," as used in this provision, have the meanings given in the Buy American and Balance of Payments Program-Basic 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-Basic 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) The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; 52.204-18 Commercial and Government Entity Code Maintenance; 52.204-21 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Dev,); 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-50 Combating Trafficking in Persons; 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.233-3 Protest after Award; 52.233-4 Applicable Law for Breach of Contract Claim 52.252-2 Clauses Incorporated by Reference; 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; 252.204-7015 Disclosure of Information to Litigation Support Contractors; 252.211-7003 Item Unique Identification and Valuation; 252.223-7008 Prohibition of Hexavalent Chromium; 252.225-7001 Buy American and Balance of Payments Program; 252.225-7048 Export-Controlled Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 Wide Area Workflow Payment Instructions; 252.232-7010 Levies on Contract Payments; 252.244-7000 Subcontracts for Commercial Items; 252.247-7023 Transportation of Supplies by Sea;
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA07/W912L518Q0025/listing.html)
- Place of Performance
- Address: 109 W. PINE ST., Georgetown, Delaware, 19947, United States
- Zip Code: 19947
- Zip Code: 19947
- Record
- SN05086440-W 20180914/180912231332-99c4eee10ed4d23cc830986d5cb8e7fc (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 |