SOLICITATION NOTICE
71 -- Eaton/Wright Line Furniture - ITEC
- Notice Date
- 7/27/2022 6:01:57 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- FA8751 AFRL RIKO ROME NY 13441-4514 USA
- ZIP Code
- 13441-4514
- Solicitation Number
- FA875122Q0371
- Response Due
- 8/8/2022 10:00:00 AM
- Archive Date
- 08/23/2022
- Point of Contact
- Jennifer Calandra-Willson
- E-Mail Address
-
Jennifer.Calandra-Willson@us.af.mil
(Jennifer.Calandra-Willson@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; Offers are being requested and a written solicitation (paper copy) will not be issued.� Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.� Solicitation FA8751-22-Q-0371 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-06 and Defense Federal Acquisition Regulation Supplement Publication Notice (DPN) 20220526. See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as total small business set-aside under NAICS code 337214 and small business size standard 1,000 employees. The contractor shall provide and install the items listed in Attachment 2 � Wright Line Parts List, Attachment 3- Furniture Drawings, Attachment 3 and Attachment 4 � Statement of Work (SOW) and on a firm fixed price basis including the cost of shipping FOB Destination. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The required delivery date is 8-10 Weeks After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination (NOV 1991). The place of delivery, acceptance and FOB destination point is Rome NY 13441. The provision at 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services (NOV 2021), applies to this acquisition.� Addendum to the following paragraphs of 52.212-1 are: (b) Written proposals/quotes are due at or before 1:00 PM, (Eastern Time) 8 August 2022.� Submit to:� AFRL/RIKO, Attn: Jennifer Calandra, by email to jennifer.calandra-willson@us.af.mil. �Offerors are encouraged to submit their proposals/quotes using the SF 1449, Solicitation/Contract/Order for Commercial Products and Commercial Services. (b)(4)� Submit a technical description of the items being offered. �(b)(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; and waive informalities and minor irregularities in offers received. The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services (NOV 2021) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement; and (ii) price; All evaluation factors other than price, when combined, are approximately equal. The Government intends to make award to the lowest priced, technically acceptable Offeror. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (NOV 2021), as well as the following: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.229-11 Tax on Certain Foreign Procurements�Notice and Representation (Jun 2020) 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (MAY 2021) For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 1)� The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services (NOV 2021), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (MAY 2022), applies to this acquisition.� The following additional FAR clauses cited are incorporated in this contract by reference to implement provisions of law or�Executive�orders applicable to acquisitions of commercial�products�and commercial services: (a)�The�Contractor�shall�comply with the following Federal�Acquisition�Regulation (FAR) clauses, which are incorporated in this�contract�by reference, to implement provisions of law or�Executive�orders applicable to acquisitions of commercial�products�and commercial services: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements�(Jan 2017) 52.204-23, Prohibition on�Contracting�for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities�(Nov 2021)� 52.204-25, Prohibition on�Contracting�for Certain Telecommunications and Video Surveillance Services or�Equipment�.�(Nov 2021) 52.209-10, Prohibition on�Contracting�with Inverted Domestic Corporations�(Nov 2015). 52.233-3, Protest After Award�(Aug 1996)� 52.233-4, Applicable Law for Breach of�Contract�Claim�(Oct 2004) (b)�The�Contractor�shall�comply with the FAR clauses in this paragraph (b) that the�Contracting Officer�has indicated as being incorporated in this�contract�by reference to implement provisions of law or�Executive�orders applicable to acquisitions of commercial�products�and commercial services: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), Alternate I (NOV 2021) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.219-6, Notice of Total Small Business Aside DEVIATION 2020-O0008 (15 U.S.C. 644) (NOV 2020) 52.219-8, Utilization of Small Business Concerns (Oct 2018) 52.219-28, Post Award Small Business Program Re-representation (SEP 2021) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor�Cooperation with Authorities and Remedies (DEVIATION 2020-O0019) (JAN 2022) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.222-35, Equal Opportunity for Veterans (JUN 2020) 52.222-36, Equal Opportunity for Workers With Disabilities (JUN 2020) 52.222-37, Employment Reports on Veterans (JUN 2020) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50, Combating Trafficking in Persons (NOV 2021) ( 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.232-33, Payment By Electronic Funds Transfer�System For Award Management (Oct 2018) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) (Attachment 5- Wage Determination) This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Furniture Handler �$14.95 + $4.80 = $19.75 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-55, Minimum Wages Under Executive Order 14026 (JAN 2022) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022). The following additional FAR and FAR Supplement provisions and clauses also apply: 52.203-3, Gratuities (Apr 1984) 52.203-17 � Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (JUN 2020) 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (NOV 2021) 52.204-22, Alternative Line Item Proposal (Jan 2017) 52.228-5 Insurance-Work on a Government Installation (Jan 1997) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.247-34, FOB Destination (Nov 1991) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) (Section 847 of Pub. L. 110-181) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. (SEP 2013) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021) 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism. (MAY 2019) 252.211-7003, Item Identification and Valuation (MAR 2016) � Para. (c)(1)(i): N/A Para. (c)(1)(ii): N/A Para. (c)(1)(iii): N/A Para. (c)(1)(iv): N/A Para. (f)(2)(iii): N/A 252.215-7007, Notice of Intent to Resolicit (JUN 2012) 252.215-7008, Only One Offer (JUL 2019) 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. (JAN 2018) 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7000, Buy American--Balance of Payments Program Certificate (NOV 2014) (41 U.S.C. chapter 83, E.O 10582) 252.225-7001, Buy American and Balance of Payments Program (MAR 2022) (41 U.S.C. chapter 83, E.O 10582) 252.225-7012, Preference for Certain Domestic Commodities (APR 2022) (10 U.S.C. 2533a) 252.225-7048 Export-Controlled Items (JUN 2013) 252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (MAY 2020) (DEVIATION 2020-O0015) 252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation (MAY 2020) (DEVIATION 2020-O0015) 252.225-7974� Representation Regarding Business Operations with the Maduro Regime. (FEB 2020)(DEVIATION 2020-O0005) 252.227-7015, Technical Data--Commercial Items (FEB 2014) (10 U.S.C. 2320) 252.227-7037, Validation of Restrictive Markings on Technical Data (APR 2022) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) (10 U.S.C. 2227) 252.232-7006, Wide Area Workflow Payment Instructions (Dec 2018) 252.232-7010, Levies on Contract Payments (DEC 2006) 252.232-7017, Accelerating Payments to Small Business Subcontractors�Prohibition on Fees and Consideration (APR 2020) 252.243-7001 Pricing of Contract Modifications (DEC 1991) 252.243-7002, Requests for Equitable Adjustment (DEC 2012) (10 U.S.C. 2410) 252.244-7000, Subcontracts for Commercial Items and Commercial Components (JAN 2021) 252.247-7023, Transportation of Supplies by Sea � Basic (FEB 2019) (10 U.S.C. 2631(a)) 5352.201-9101, Ombudsman (OCT 2019) is hereby incorporated into this solicitation.� The Ombudsman for this acquisition is Ombudsman: Mr. Steven L. Ewers (Primary), AFRL/PK, 1864 Fourth Street, Wright-Patterson AFB OH 45433-7130, COMM (937) 904-9700, FAX (937) 656-7321, email: afrl.pk.workflow@us.af.mil 5352.223-9001, Health and Safety on Government Installations (OCT 2019) The Defense Priorities and Allocations System (DPAS) rating DO-C9 has been assigned to this effort. All responsible organizations may submit a proposal, which shall be considered.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d2c2a9d44d2d4223a7eab082f9653995/view)
- Record
- SN06404368-F 20220729/220727230120 (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 |