SOLICITATION NOTICE
71 -- Systems Furniture 711th Third Floor Bridge
- Notice Date
- 3/30/2020 1:29:21 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- FA8601 AFLCMC PZIO WRIGHT PATTERSON AFB OH 45433-5344 USA
- ZIP Code
- 45433-5344
- Solicitation Number
- FA8601-20-Q-0064
- Response Due
- 4/8/2020 12:00:00 PM
- Archive Date
- 04/09/2020
- Point of Contact
- Emmeline Spaulding, Phone: 9375224594, Tiffany Hoover, Phone: 9376724560
- E-Mail Address
-
emmeline.spaulding@us.af.mil, tiffany.hoover@us.af.mil
(emmeline.spaulding@us.af.mil, tiffany.hoover@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICITATION � This combined synopsis/solicitation is expected to result in the award of a firm-fixed-price contract for 711th 3rd floor bridge as described under the requirements section of this combined synopsis/solicitation and accompanying requirements attachment. This combined synopsis/solicitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) FAC 2020-04 Effective 1 Jan 2020; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) �20200114 (Effective 14 Jan 2020); and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2019-1001 Effective: 1 Oct 2019. This announcement constitutes the combined synopsis/solicitation; proposals are being requested and a written solicitation will not be issued. An award, if any, will be made to the to the responsible Offeror whose offer conforms to the combined synopsis/solicitation and is most advantageous to the Government, price and other factors considered.� The combined synopsis/solicitation number for this requirement is FA8601-20-Q-0064 and is hereby issued as a Request for Proposal (RFP) using FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. The associated North American Industrial Classification System (NAICS) code is 337214 with a small business size standard of 1000 employees. This acquisition is a total small business set aside. � NAICS Code: 337214 � OFFICE FURNITURE (EXCEPT WOOD) MANUFACTURING � Small Business Size Standard: �1000 Employees � The TEP consists of these Contract Line Items Number (CLIN), which should be structured as follows: CLIN 0001- Cublical A 68�-72� high Stackable 6�0� x 8�0� single pod workstation- with lower ~42� panels along the exterior wall with window QTY: 51 � Acceptable means of Submission:� All submissions must be submitted electronically to the following email address emmeline.spaulding@us.af.mil by 8 April 2019 3:00 P.M. EST. Any correspondence sent via e-mail must contain the subject line �FA8601-20-Q-0064, 3rd floor bridge.� The entire proposal must be contained in a single e-mail, unless otherwise approved, and must not exceed 5 megabytes, including attachments.� E-mails with compressed files will not be accepted.� Note that e-mail filters at Wright-Patterson Air Force Base 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 Wright-Patterson.� 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.� Submittal of proposals in response to this combined synopsis/solicitation constitutes agreement by the Offeror to all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract.� It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet website https://www.acquisition.gov/content/regulations.� The Government reserves the right to award without discussions or make no award depending upon the quality, price fairness, and price reasonableness of the proposals received.� � Delivery Schedule:� ����������������������������� 10 weeks ADC ����������������������������������������������������������� Delivery Destination:��������������������������� 711 HPW/OMZ ����������������������������������������������������������� Attn: Eric Reed 2215 First Street WPAFB, OH 45433������������������������������ ����������� ����������������������� ����������������������������������������������������������������������������������� Delivery Type:� FOB Destination (As defined in FAR 2.101�Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) Inspection and Acceptance:� Both inspection and acceptance will be by the Government at Destination. Requirement: 711th HPW B20824 requires 51 new system furniture cubicles consistent with the provided drawing in Building 20248 rooms 3002 through 3006 within 12 weeks of contract award . And disassemble, remove and dispose of 35 existing system furniture cubicles in accordance with Statement of Work dated 3 March 2019, (Attachment 1), and Drawing (Attachment 2).� The anticipated award is Best Value, Firm-Fixed Price.� The Government will award a contract resulting from this combined synopsis/solicitation to the responsible Offeror whose offer conforms to the combined synopsis/solicitation and is most advantageous to the Government, price and other factors considered.� Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: 1.� Conforms to the requirements of the combined synopsis/solicitation 2.� Technical capability 3.� Contains the vest value afer a comparative evaluation is completed. Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Technical or Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government�s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. � Price: The Government will evaluate the price by adding the total of all line item prices, including all options The Total Evaluated Price will be that sum. � The proposals may be in any format but MUST include: � 1.� Proposing company�s name, address, DUNS number, Cage Code, and TIN. 2.� Point of contact�s name, phone, and email. 3.� Proposal number & date. 4. �Timeframe that the proposal is valid. 5.� Individual item price. 6.� Total price (Net 30), No Progress Payments. 7.� Shipping (FOB Destination). 8.� Delivery Schedule. 9.� Completed copy of representations and certifications (Attachment 2) � Important Notice to Contractors:� Proposals MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements outlined in the Statement of Work (Attachment 1).� The Contracting Officer will review proposal based on the factors listed in this combined synopsis/solicitation and the information furnished by the Offeror.� Before price is considered, the proposal must meet the technical specifications of this combined synopsis/solicitation. � Important Notice to Contractors:� All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract.� SAM can be accessed at https://www.sam.gov. �Any award resulting from this combined synopsis/solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests.� Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form.� Wide Area Workflow � Receipt and Acceptance (WAWF � RA) is the DoD system of choice for implementing this statutory requirement.� Use of the basic system is at no cost to the contractor.� Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com.� Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. ADDITIONAL INSTRUCTIONS TO OFFERORS The following paragraphs in the provision at FAR 52.212-1-Instructions to Offerors-Commercial Items are tailored as follows: (a)��� North American Industry Classification System (NAICS) code and small business size standard are as specified above. (b)�� Submission of offers is as prescribed in the text of this combined synopsis/solicitation. Proposal Content:� Proposals shall consist of two separate parts, a technical proposal and a price proposal.. Proposal Detail:� The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims.� The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements.� Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted. Embellishments Not Desired:� Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired.� Technical Proposal:� Describe how the offeror will provide for the 3rd floor Bridge as described in the SOW. � CLINs and Provisions and Clauses can be found in Attachment 2. � Attachments: Statement of Work Reps and Certs Drawings CLIN, Provisions, and Clauses Please direct all questions to Emmeline Spaulding, emmeline.spaulding@us.af.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/57661b8be9b04662ab9ad5b24ce6b35b/view)
- Place of Performance
- Address: Dayton, OH, USA
- Country: USA
- Country: USA
- Record
- SN05604765-F 20200401/200330230148 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |