Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2019 FBO #6499
MODIFICATION

71 -- Systems Furniture

Notice Date
9/9/2019
 
Notice Type
Modification/Amendment
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA860119QA140
 
Point of Contact
Dustin Burch, Phone: 9375224611, Kelli Locker, Phone: 312-672-3393
 
E-Mail Address
Dustin.Burch@us.af.mil, Kelli.Locker@us.af.mil
(Dustin.Burch@us.af.mil, Kelli.Locker@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 3: This amendment is to extend the deadline for receipt of offers to 16 Septemeber 2019. This extension has been granted due to the addition of requirements in Amendment 2. The previous deadline was 11 September 2019 at 9 AM Eastern Time. The new deadline is 16 September 2019 at 9 AM Eastern Time. Amendment 2: This amendment is to answer questions presented by an interested party. These answers are being posted on FBO so that all interested parties have equal access to this information and no party has an unfair advantage. An updated Statement of Work has been attached that is referred to in the answers below. Questions: 1. On the SOW, section 3.2.11 – design shall ensure that no existing wall outlets or thermostats are covered or concealed by panels or other systems furniture components. Not sure how we can ensure that wall outlets would not be blocked. The outlets that are provided in the panel system would be used instead of accessing wall units. Can you please confirm this requirement? - Section 3.2.11 has been removed from the SOW. Outlet/Thermostat placement will be determined after award during discussions or a walk-through in conjunction with the contractor who receives the award. 2. The drawing shows two LF1 and one SC2 units in the plan. These are not stated on the SOW. Are these existing or should they be priced as well? - These requirements were mistakenly not included in the SOW. Please see page 4 and page 5 of the attached updated SOW dated 9 September 2019 for a description of these requirements. 3. WS3 shows on the R-101 & I-103 drawings as having SC1 and LF2 storage underneath the worksurface but no storage is called out in the SOW. Are these existing or should they be priced as well? - These requirements were mistakenly not included in the SOW. Please see page 5 of the attached updated SOW dated 9 September 2019 for a description of these requirements. Amendment 1: This amendment is to answer questions presented by an interested party. These answers are being posted on FBO so that all interested parties have equal access to this information and no party has an unfair advantage. Questions: 1. Comm Poles are mentioned in the bid but not drawn in the drawing. can you specify the location of what it needed? Or are these an option if we can supply power from the walls instead? - COM poles are not shown in the original drawing but are most likely placed at each station cluster. All power needs to come from the ceiling (power poles) and not the wall (whip). 2. Is the contractor required to supply the electrical work to be done or will that be provided by your electrician? Additionally where are the (4) CPU holders called out in WS1 going to be placed? Do you have dimensions and widths for planning? - CPU holders will be installed by in house installers (along with all electric) and will be placed according to security restrictions. That being said, please provide (4) CPU holders per station but don't worry about placement. 3. For the removal portion of the bid- do you have any drawings, pictures, quantities etx of what is being removed? And what is the proximity of building 10867 from 10856 (distance)? -For this answer two new drawings are attached. One is the existing plan that will give an idea of what type and how much furniture is going to be removed. The second is a map of the Warehouse location in relation to the current building. This is a combined synopsis/solicitation ("synopsitation" hereafter), which is expected to result in award of a Firm Fixed Price (FFP) contract for commercial items, i.e. Replace Furnishings for Facility 10856 Room W118, as described under the attachment titled "Statement of Work." The synopsitation is prepared in accordance with (IAW) the format in the 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 written solicitation will not be issued. The solicitation is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). An award, if any, will be made to the responsible offeror who submits a proposal that (1) conforms to the requirements of the synopsitation; (2) complies with the minimum requirements stated in the Performance Work Statement (PWS) by providing a complete description of the items provided; and (3) submits the proposal with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is determined to be fair and reasonable. The Government reserves the right to award without discussions or make no award at all depending upon (1) the quality of proposals received and (2) whether proposed prices are determined to be fair and reasonable. Offerors must include Tax Identification Number (TIN) within the proposal. Proposals must detail the services/items being offered. Proposals with pricing only will not be accepted. All completed fill-in provisions and clauses, as well as representations and certifications, must be included within proposals. Synopsitation Number: FA8601-19-Q-A140 This acquisition is a 100% Small Business Set-Aside under North American Industry Classification System (NAICS) code 337214, small business size standard 1,000 employees, and PSC/FSC 7110. Synopsitation Closing Date: Proposals must be received no later than 9 :00 am, Eastern Time, on 11 September 2019. Submit electronic proposals via e-mail to: dustin.burch@us.af.mil. Any correspondence sent via e-mail must contain the subject line: "W118 Furniture." The entire proposal must be contained in a single e-mail that does not exceed five (5) megabytes including attachments, if any. E-mails with compressed files are not permitted. Note that e-mail filters at Wright-Patterson Air Force Base (WPAFB) are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also, be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at WPAFB. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The email filter may delete any other form of attachments. Address questions regarding this synopsitation to Ms. Kelli Locker via e-mail at kelli.locker@us.af.mil. A detailed description of the requirement including provisions and clauses, as well as representations and certifications, are provided in the attached documents. Upon award, any provisions that were in the synopsitation (including representations and certifications) will be removed from the award document. IMPORTANT NOTICE TO ALL CONTRACTORS: All prospective awardees are required to register in the System for Award Management (SAM) and maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA860119QA140/listing.html)
 
Record
SN05436279-W 20190911/190909230847-8181fb16491e040d5fffc5cfcd408b2b (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.