GENERAL INFORMATION
The 42nd Contracting Squadron, 50 S. LeMay Plaza, Bldg. 804, Maxwell AFB, AL has a requirement for a cubicle reconfiguration and installation of existing furnishings to support Air Force Life Cycle Management Center HIC office in two locations (Building 892 & 856) on Maxwell AFB-Gunter Annex, AL. 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; quotes are being requested and a written solicitation will not be issued.
The solicitation number for this procurement is F2XTTQ1209AW01 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses (see Attachment #4) are those in effect in the Federal Acquisition Circular (FAC) 2021-06 effective 07-12-2021, Defense Federal Acquisition Regulation Supplement (DFARS) Change 7/9/2021 effective 07-09-2021 and Air Force Acquisition Circular (AFAC) 2021-0726 (effective 26 Jul 2021).
A single firm fixed priced Indefinite Delivery/Indefinite Quantity (IDIQ) contract will be awarded in accordance with the following:
NAICS Code: 238390; Size Standard: $16.5M
IMPORTANT NOTES:
NATURE OF ACQUISITION
This acquisition is for the comprehensive cubicle design, reconfiguration, and finishing for two separate buildings (Building 892 & 856) located at Maxwell AFB-Gunter Annex, AL. This procurement will be awarded under FAR 13 Simplified Acquisition Procedures.
SCHEDULE OF SUPPLIES/SERVICES
The offeror shall provide all personnel, equipment, supplies, transportation, and supervision to provide the following items:
CLIN 0001: Cubicle purchase, design, and install for Building 892 in accordance with (IAW) Attachment 1a – Statement of Work (SOW)
CLIN 0002: Design, retrieval, delivery, and installation of Air Force owned modular cubicles for Building 856 in accordance with (IAW) Attachment 1b – Statement of Work
DELIVERY INFORMATION
201 East Moore Dr.
Montgomery, AL 36115
&
490 East Moore Dr.
Montgomery, AL 35115
SITE VISIT
Site visit will be held at the 201 East Moore Dr. Montgomery, AL 36115 address above. Site visit will be held on 15 September 2021 at 9:00 AM CDT. Offerors are encouraged to participate to the maximum extent practicable. The Government will assume no responsibility for any understanding or representation concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in this RFQ, the specification, or related documents. All pertinent questions shall be submitted by e-mail to the Government points of contact listed below by 17 September 2021 at 12:00 PM CDT. Quotes are due not later than 20 September 2021 at 4:00 PM CDT.
QUOTATION PREPARATION INSTRUCTIONS
Shaw
Contract #:
FA8057-17-C-0002
Web:
www.shawcontractgroup.com
POC:
Farrah Finley
Phone:
(888) 393-2830 pin 2273 (BASE)
Email:
Website:
http://airforce.shawinc.com/
Password: Airforce1
J+J Flooring Group
Contract #:
FA8057-17-C-0003
Web:
jjflooringgroup.com
POC:
Kay Henderson
Phone:
(800) 241-4586 x8389
Email:
Website:
http://www.jjflooringgroup.com/usaf/
Mohawk
Contract #:
FA8057-17-C-0004
Web:
www.mohawkgroup.com
POC:
Stacey Ridley
Phone:
(706) 879-6582
Email:
Website:
https://www.mohawkgroup.com/sitefiles/microsites/mg/airforce/
CMA-Milliken
Contract #:
FA8057-17-C-0005
Web:
www.cma-gsa.com
POC:
Paul Snyder; Betty King
Phone:
(888) 669-9772
Email:
Website:
http://www.cma-purchasing.com/wp-content/uploads/2018/05/AirForceProgramProductPortfolio.pdf
The offeror's quote shall consist of two (2) separate parts: Part I – Technical, Part II - Price.
NOTE: All relevant proposal information shall be submitted via email to the Government points of contact listed below by the closing date.
PART I – Technical: There is no page limit on the technical information, but shall not be excessive and shall contain only pertinent data.
The following criteria shall be provided by the offeror as part of the technical:
DESCRIPTION
DAYS AFTER CONTRACT
Furniture Inventory
Furniture Installation
Total # of Days
PART II – Price: Upon notification from the Government, Contractor shall submit pricing based upon provided Statement of Work (SOW) and email to the Government points of contact listed below. The offeror shall submit a dated quote with unit prices and extended prices in response to this solicitation, to include quotations from the Tier 1 Carpet Vendors.
The Price Factor must be in MS Excel or PDF format and include the Schedule of all CLINs with quantities, unit prices and extended prices. Additionally, the offeror shall separately identify at a minimum the quantities, unit prices, extended prices, description of items, manufacturer and part numbers of proposed materials. Do not exceed two (2) decimal places when entering pricing. Interested parties capable of providing the requirement must include discount terms (if any), tax identification number, CAGE code, and DUNS.
Representations and Certifications shall only be provided once per offeror, if multiple comprehensive interior designs are provided. IAW 52.212-3, the offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v) of this provision, including the additions to (c) (11) at 52.212-3, Alternate I.
If any products offered are not a domestic, qualifying country, or designated country end product IAW DFARS 252.225-7001 (Buy American and Balance of Payments Program), offerors are required to submit a completed copy of the DFARS 252.225-7000 (Buy American--Balance of Payments Program Certificate) certification, from SAM, with their quote.
Mr. Austin Parker
Contract Specialist
Phone: (205) 542-3623
Email: [email protected]
TSgt Woodard Moore
Contracting Officer
Phone: (334) 953-6110
Email: [email protected]
BASIS FOR AWARD
This will be a competitive best value acquisition utilizing FAR 13 Simplified Acquisition Procedures. Award of a single Firm Fixed Price contract resulting from this solicitation will be made to the responsible offeror whose quotation represents the best value offer. Each offeror’s quotation will be evaluated against the following: Part 1- Technical, Part II - Price. The evaluation process for this requirement will be conducted as follows:
1. Technical Acceptability: Initially, the Government shall evaluate each offer’s quote, as it pertains to the following sub-factor, on a pass/fail basis, by assigning ratings of Acceptable (meets minimum requirements) or Unacceptable (does not meet minimum requirements):
a. Drawings: The offeror provided complete drawings in DWG, DXF or PDF compatible format and renderings of the layout design in PDF compatible format with 2D and 3D renders. The drawings identified the overall functional layout (floor plan) and interaction of the spaces within the facility. The drawings considered the planning and design of each office/space with respect to occupant/general space description working conditions, providing maximum flexibility, standardization, and ability for growth.
b. Project Management: The offeror provided a plan that includes onsite management throughout the project with specific adherence to the proposed schedule
2. Price. The Government may use any of the following price analysis techniques IAW FAR 13.106-3(a) to determine price reasonableness: competitive quotes, comparison of the proposed price with prices found reasonable on previous purchases, a comparison with similar items in a related industry, comparison to an independent Government estimate, or any other reasonable basis.
ATTACHMENTS (2):
Attachment #1 – Statement of Work (SOW)
Attachment #2 – Air Force Carpet BPA Ordering Guide
Attachment #3 – Carpet BPA Tier 1 Customer Selections
Attachment #4 – Solicitation Provisions and Clauses
Attachment #5 – Drawings