Federal Bid

Last Updated on 15 May 2015 at 8 AM
Combined Synopsis/Solicitation
Wright patterson air force base Ohio

Haworth Cubicle Work Stations

Solicitation ID FA8601-15-T-0155
Posted Date 23 Apr 2015 at 8 PM
Archive Date 15 May 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Wright patterson air force base Ohio United states

This is a solicitation for commercial items 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 announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to award without discussions or make no award at all depending upon the quality and price reasonableness of offers received.  An award, if any, will be made to the responsible offeror whose proposal conforms to the requirements of the solicitation and represents the best value to the Government, receives a rating of "Acceptable" on the Technical Capability evaluation factor, submits the proposal with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable,  and other factors considered.

 

Solicitation FA8601-15-T-0155, is a Request for Quote (RFQ) and incorporates FAR

provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-78,

effective 26 Dec 2014;  Defense Federal Acquisition Regulation Supplement (DFARS)

Publication Notice (DPN) 20150129, effective 29 Jan 2015;  and Air Force Federal

Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC)

2014-1001, effective 01 Oct 2014.

 

The NAICS code for this acquisition is 337214  and the associated small business size standard is: 500 employee size standard.

 

Electronic submissions will be accepted at email [email protected] by 5:00 p.m. Eastern Standard Time, Date: 4-30-2015 and must contain the subject line FA8601-15-T-0155.

 

The entire proposal must be contained in a single email, unless otherwise approved and that does not exceed five (5) megabytes including attachments.  E-mails with compressed files will not be accepted.  Note that email filters at Wright-Patterson Air Force Base are designed to filter emails 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 email may not get through the email 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 emails, ensure only .pdf, .doc, .docx, .xls, or xlsx documents are sent.  The email filter may delete any other form aof attahcments.

 

Requirements:

 

This brand name, Haworth Compose, requirement is for three (3)  6' x 8' Haworth Compose workstation cubicles to be installed at Wright Patterson AFB, Building 16 in Area B.  (See specific address below).  Workstations shall include work surfaces and over/under file storage to match existing system furniture.  System furniture shall include all assoicatiated fittings, covers, and accessories for a complete workstation.  All required electrical work to power the stations shall be included also.

 

Color selection:  Haworth Compose paneled cubicles in "Smoke/Sea Spray/Biscotti" colors with chrome and wood accent.  Compose shelving in Smoke.

 

The provision of this requirement is that all three (3) cubicles must match and attach properly to the existing workstations currently installed.  All bidding vendors may perform a site visit prior to bidding. A date and time will be established by the customer for a site visit should the request to participate be received.

 

Delivery Schedule: On or before 29 May 2015  

 

Delivery Destination:  Wright-Patterson AFB

                                     Building 16 Room 105

                                     D Street

 Wright Patterson AFB, OH  45433

 

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.

 

The following FAR provisions are incorporated into the solicitation.

 

FAR 52.252-1-Solicitation Provisions Incorporated by Reference:

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):  http://farsite.hill.af.mil/ 

 

FAR 52.252-2-Clauses Incorporated by Reference:

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/

 

FAR 52.252-5-Authorized Deviations in Provisions (Apr 1984) - As prescribed in 52.107(e), this provision is incorporated into the solicitation as required to

(a) The use in this solicitation of any Federal Acquisition Regulation (FAR) (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision.

(b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (DFARS) (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

 

FAR 52.252-6 - Authorized Deviations in Clauses (APR 1984) -  (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.

 

(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

 

FAR 52.212-1, Instructions to Offerors-Commercial Items is incorporated into this solicitation.

 

Paragraph (c) Period for acceptance of offers is revised to change the period for acceptance of offers from 30 calendar days from the date specified for receipt of offers to 60 calendar days.

 

FAR 52.212-3-Offeror Representations and Certifications-Commercial Items with its Alternate I

An offeror shall complete only paragraphs (b) of this provision (below) if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov and shall return 52.212-3(b) below completed with its offer.  

(b)

(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website.

(2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.]

If an offeror has not completed the annual representations and certifications electronically, the offeror shall complete and submit with its offer only paragraphs 52.212-3(c) through (o) of the provision at FAR 52.212-3-Offeror Representations and Certifications-Commercial Items with its Alternate I which can be downloaded from the "FARSite" at http://farsite.hill.af.mil.

 

FAR 52.212-4-Contract Terms and Conditions-Commercial Items is incorporated into this solicitation.

 

FAR 52.212-5-Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items is incorporated into this solicitation and the resulting contract.  

                 

FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations

FAR 52.219-6, Notice of Total Small Business Set-Aside

FAR 52.219-28,  Post Award Small Business Program Representation

FAR 52.222-3, Convict Labor

FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies

FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999).

FAR 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246)

FAR 52.222-36, Equal Opportunity for Workers With Disabilities

   FAR 52.222-50, Combating Trafficking in Persons

FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving

FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration

FAR 52.233-3, Protest after Award

FAR 52.233-4, Applicable Law for Breach of Contract Claim

 

The following FAR Clauses are incorporated into the Contract.

 

FAR 52.222-22, Previous Contract and Compliance Report (Feb 1999)

FAR 52.222-25, Affirmative Action Compliance (Apr 1984)

FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)

 

The following DFARS provisions are incorporated into the solicitation.

 

DFARS 252.203-7000, Requirements relating to Compensation of Former DoD Officials

DFARS 252.203-7005, Representation  Relating to Compensation of Former DoD Officials

DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation. (DEVIATION 2015-O0010) (FEB 2015)

 

   (a) In accordance with section 743 of Division E, Title VII,

of the Consolidated and Further Continuing Resolution

Appropriations Act, 2015 (Pub. L. 113-235), Government agencies

are not permitted to use funds appropriated (or otherwise made

available) under that or any other Act for contracts with an

entity that requires employees or subcontractors of such entity

seeking to report fraud, waste, or abuse to sign internal

confidentiality agreements or statements prohibiting orotherwise restricting such employees or contactors from lawfully

reporting such waste, fraud, or abuse to a designated

investigative or law enforcement representative of a Federal

department or agency authorized to receive such information.

 

 (b) The prohibition in paragraph (a) of this provision does

not contravene requirements applicable to Standard Form 312,

Form 4414, or any other form issued by a Federal department or

agency governing the nondisclosure of classified information.

 

 (c) Representation. By submission of its offer, the Offeror

represents that it does not require employees or subcontractors

of such entity seeking to report fraud, waste, or abuse to sign

or comply with internal confidentiality agreements or statements

prohibiting or otherwise restricting such employees or

contactors from lawfully reporting such waste, fraud, or abuse

to a designated investigative or law enforcement representative

of a Federal department or agency authorized to receive such

information.

 

DFARS 252.203-7999, Prohibition on Contracting with Entitis that Require Certain Internal Confidentiality Agreements. (DEVIATION 2015-O0010 (FEB 2015)

DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information

DFARS 252.204-7003, Control of Government Personnel Work Product

DFARS 252.209-7992, Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations (Deviation 2014-O0009)

DFARS 252.223-7008, Prohibition of  Hexavalent Chromium

DFARS 252.225-7000, Buy American Statute - Balance of Payments Program Certificate

DFARS 252.225-7001, Buy American Act and Balance of Payment Programs

DFARS 252.225-7002, Qualifying Country Sources

DFARS 252.232-7003, Electronic Submission of Payment Requests 

DFARS 252.232-7006, Wide Area Workflow Payment Instructions is incorporated into the solicitation and resulting contract. The fill-in portions of this clause will be complete in the award document.

DFARS 252.232-7010, Levies on Contract Payments

DFARS 252.243-7001, Pricing of Contract Modifications

DFARS 252.244-7000, Subcontracts for Commercial Items, as prescribed in 244.403

DFARS 252.247-7023, Trasnportation of Supplies by Sea

 

The following AFFARS provisions are incorporated into the solicitation.

AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS)

AFFARS 5352.201-9101, Ombudsman

 

Attachments:

•1.      DFARS 252.209-7992

•2.      FAR 52.212-3

•3.      FAR 52.222-22 and FAR 52.222-25

•4.      Building 16 Cubicle Layout

Bid Protests Not Available

Similar Past Bids

Emmett Michigan 16 Nov 2018 at 9 PM
Tinker air force base Oklahoma 23 Oct 2013 at 1 PM
Location Unknown 03 Sep 2015 at 4 PM
Indian head Maryland 05 Feb 2014 at 4 PM
Center Kentucky 13 Sep 2017 at 12 AM