Federal Bid

Last Updated on 16 Sep 2017 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Industrail Workspace

Solicitation ID F3A13G7178AW02
Posted Date 18 Aug 2017 at 9 PM
Archive Date 16 Sep 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Contracting Office Fa4484 87 Cons Lgc
Agency Department Of Defense
Location United states
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number FA4484-17-Q-0026 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94, effective 19 Jan 2017 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20161222 dated 22 Dec 2016. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as 100% Service Disabled Veteran Owned Small Business. The North American Industrial Classification System Code is 423210 - Furniture Merchant Wholesalers with a small business size standard of 100 Employees. The government intends to issue a firm fixed price purchase order. Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) as follows:

CLIN 0001 - 5 cabinets, 11 workspaces, 18 storage lockers (all bright blue), and 8 black multi-task chairs.

QTY: 1

CLIN 0001: TOTAL: $ __________________


Quotes are due on: Refer to FBO Post
Quotes will be submitted to: Amn Clayton Hill ([email protected])

APPLICABLE CLAUSES/PROVISIONS:
FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation
FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
FAR 52.204-1, Approval of Contract
FAR 52.204-7, System for Award Management
FAR 52.204-13, System for Award Management Maintenance
FAR 52.204-16, Commercial and Government Entity Code Reporting
FAR 52.204-17, Ownership of Control of Offeror
FAR 52.204-18, Commercial and Government Entity Code Maintenance
FAR 52.204-20, Predecessor of Offeror
FAR 52.207-4, Economic Purchase Quantity-Supplies
FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation
FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law.
FAR 52.212-1, Instructions to Offerors, Commercial Items
ADDENDUM TO 52.212-1: Award will be made to the lowest priced technically acceptable offeror
FAR 52.212-2, Evaluation - Commercial Items
FAR 52.212-3 Alt 1, Offerors Representations and Certifications - Commercial Items
FAR 52.212-4 Contract Terms and Conditions--Commercial Items
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items.
FAR 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items
FAR 52.212-4, Contract Terms and Conditions-Commercial Items
FAR 52.216-1, Type of Contract
FAR 52.219-1, Small Business Program Representation
FAR 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set Aside
FAR 52.225-2, Buy American Certificate
FAR 52.223-3, Hazardous Material Identification and Material Safety Data
FAR 52.223-6, Drug-Free Workplace
FAR 52.232-1, Payments
FAR 52.232-11, Extras
FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management
FAR 52.232-39, Unenforceability of Unauthorized Obligations
FAR 52.233-3, Protest after Award
FAR 52.233-4, Applicable Law for Breach of Contract Claim
FAR 52.237-1 Site Visit
FAR 52.243-1, Changes--Fixed Price
FAR 52.246-1, Contractor Inspection Requirements
FAR 52.247-12, Supervision, Labor, or Materials
FAR 52.247-15, Contractor Responsibility for Loading and Unloading
FAR 52.247-17, Charges
FAR 52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form)
FAR 52.252-2, Clauses Incorporated by Reference
FAR 52.228-5, Insurance - Work on a Government Installation
Addendum to 52.228-5 entitled "Insurance Work on a Government Installation:
The required workmen's compensation insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational disease with a minimum liability of $100,000.

General liability insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability of at least $500,000 per occurrence and property damage liability of at least $20,000 per occurrence.

Automobile liability insurance policy shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per occurrence for property damage shall be required.


DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights
DFARS 252.203-7005, Representations Relating to Compensation for Former DoD Officials
DFARS 252.204-7004, Alternate A, System for Award Management
DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information
DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal
DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7006, Wide Area Workflow Payment Instructions
AFFARS 5352.201-9101, Ombudsman.

The following provisions and clauses are applicable under FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.222-3, Convict Labor
52.222-20, Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000
52.222-21, Prohibition of Segregated Facilities
52.222-22, Previous Contracts and Compliance Reports
52.222-23, Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction.
52.222-25, Affirmative Action Compliance
52.222-26, Equal Opportunity
52.222-36, Equal Opportunity for Workers with Disabilities
52.222-50, Combating Trafficking in Persons
52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving
52.225-3, Buy American -- Free Trade Agreements -- Israeli Trade Act.
52.225-13, Restrictions on Certain Foreign Purchases
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications.
52.232-33, Payment by Electronic Funds Transfer - System for Award Management
52.222-41, Service Contract Labor Standards
52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts)
52.222-55, Minimum Wages under Executive Order 13658

ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. Additionally, offerors must not be delinquent in federal taxes or have been convicted of a felony under Federal law within the 24 preceding months.

Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/.

Quotes must be for all items stated, partial quotes will not be considered.
Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor.

ATTACHMENTS:
1. Statement Of Work (including pictures, floor plan slide, floor plan instructions)
2. Department of Labor Wage Determination 2005-4191 Revision 1
3. Joint Base McGuire-Dix-Lakehurst Security Forces Appendix
4. Anti-Terrorism Statement

Bid Protests Not Available

Similar Past Bids

Fort benning Georgia 12 Jul 2018 at 6 PM
Arizona Not Specified
Arizona Not Specified
Chrisman Illinois 05 Aug 2011 at 12 AM
Brunswick Georgia 22 Jun 2012 at 5 PM

Similar Opportunities

Hampton Virginia 14 Jul 2025 at 8 PM
Trenton New jersey 01 Oct 2025 at 3 AM
Malmstrom air force base Montana 15 Jul 2025 at 8 PM
Barksdale air force base Louisiana 11 Jul 2025 at 4 AM (estimated)