Federal Bid

Last Updated on 24 Sep 2019 at 8 AM
Combined Synopsis/Solicitation
Chattanooga Tennessee

SPO Office Furniture

Solicitation ID W912L7-19-Q-1310
Posted Date 22 Aug 2019 at 3 PM
Archive Date 24 Sep 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W7n1 Uspfo Activity Tn Arng
Agency Department Of Defense
Location Chattanooga Tennessee United states 37404

This is a combined synopsis/solicitation for the commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; and a written solicitation will not be issued. Solicitation number W912L7-19-Q -1310 is hereby issued as a Request for Quotes. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05 effective 13 August 2019. This requirement is being advertised unrestricted and the North American Industry Classification System (NAICS) Code is 337214 with a size standard of Number of Employees: 1000.

Quotes are due in this office no later than 09 September 2019, Monday @ 8:00 A.M (CST). Questions are due NLT 30 August 2019 @ 8:00 A.M. CST. The questions and proposals should be emailed to both [email protected] and [email protected]. Point of Contact (POC) referencing this solicitation is MAJ Danny Frederick at 615-313-2668. All information and requirements are listed in the Specifications sheet. Evaluation factors for this firm-fixed price award are based on ability to meet the requirements per the salient characteristics, price and other factors deemed acceptable and most advantageous to the Government. Offeror MUST provide Tax ID and CAGE Code and DUNN's number with quote. Offeror must be certified in www.SAM.gov. This will be a determining factor in the award process if the offeror is not current in their certification. The Government intends to evaluate proposals and make award without discussions.
We will conduct a site visit on at 10 A.M. EST on 27 August 2019 to allow any potential vendors an opportunity to view site, prepare questions, and take necessary measurements and photographs of the installation site.

Item 0001.
Product Details GUEST CHAIRS QTY 67
Manufacturer used to demonstrate salient characteristics: OFFICE STAR PRO LINE SERIES PART # OSP-84540-30

• Must be supported by a breathable mesh backing with a built in lumbar support.
• Seat cushion is must be at a minimum of 2" thick and maximum of 3".
• Must be stackable
• Must have dual wheel carpet casters
• Must be at a minimum of 25" W X 23"D X 34"H and a Maximum of 27"W X 25" D X 36"H
• Seat Dimensions must be a minimum of 18"w X 18"w and a maximum of 20"W X 20" D
• Must come pre-assembled for easy installation
• Must be black in color for the fabric and the chair frame must have a titanium finish

Item 0002.
Product Details High Back Chairs QTY 4
Manufacturer used to demonstrate salient characteristics: OFFICE STAR SERIES: PRO LINE GRID PART # OSP-29024-B

• Must come with a seat glider function for comfort
• Must have at least 7 way ergonomic function design
• Must have a breathable mesh back with contoured padded seat
• The Chairs must be at a minimum of 26.5"Wx27"Dx38-43.5"H
and a Maximum of 27.5" W X 27.25" D X 44" H.
• Seat measurement must be at least 21"Wx19.5"Dx18.25-22"H and no larger than 21.25" W X 20"D X 26-25" H
• The seat must be able to move up and down with a starting point at 18.25" and up to 22"H
• The back Dimensions must be at a minimum of 19.5"Wx23"H and a maximum of 20" W X 24" H
• Must have one-touch pneumatic seat adjustment and a multi-function control for seat adjustment for the depth, height, and width adjustable armrest.
• Arm rest must be padded with a minimum of .25" padding and a maximum of 1" padding
• Must be able to adjust the lumbar support
• Must have tilt lock function
• Must come in all black metal frame and with black fabric (chair color must be black)

Item 0003.
Product Details DESK QTY 12
Manufacturer used to demonstrate salient characteristics: ELEMENT SERIES PART # EZ-MDA-1560

• Must have laminate top and metal frame construction with silver accents and hardware.
• Must have driftwood laminate top with white metal frame
• Must have 2 grommet holes in the front left and right corner. ( either corner)
• Desk dimensions must be exactly 59" W X 24" D X 29.5 H to fit in office space
• Must come with installation or assembly

Item 0004.
Product Details 2 PERSON WORKSTATION QTY 17
Manufacturer used to demonstrate salient characteristics: ELEMENT SERIES PART # EZ-2PA-1260-B

• Must not exceed 48"w to meet the office space required
• Must have 2 grommets wholes one in each corner
• Must be 48" W X48" D X 30"H
• Must have Driftwood laminate top with white metal frame

Item 0005.
Product Details DESK TOP DIVIDERS QTY 27
Manufacturer used to demonstrate salient characteristics: ELEMENT SERIES PART# EZ-TMP-22

• Must mount to the desk top using screws
• Must have Beige colored fabric
• Must be exactly 22" W X 35"D X 12"H
• Must come with installation or assembly

Item 0006.
Product Details INSTALLATION OR ASSEMBLY QTY 1

• Vendor must provide installation and/or assembly upon delivery
• Vender must dispose of all packing material after installation
• Furniture installation is on the ground floor less than 500 feet from parking lot

SHIPPING INFORMATION:
TN Army National Guard
ATTN: MSG RINKS
1801 S. Holtzclaw Ave
Chattanooga, TN 37404

Hours of delivery: (M-S) 0700-1630 CST
Tel. number: POC MSG RINKS 731-618-1543

 

Instructions to offerors

(a) To be considered for award,
(b) The Government shall perform a technical analysis of offeror's proposal must meet or exceed specifications for all items.
(c) Offeror must not have unfavorable CPARS/FAPIIS Records.
(d) Must be active in System of Award Management (SAM) as of the date of submission.
(e) Offeror MUST provide Tax ID, DUNNS #, and CAGE Code with quote. SAM registration is also a requirement and may displace award if the vendor is not current. It is not required to supply a copy of SAM with quote. The current DUNS number is sufficient; see https://www.sam.gov/portal/public/SAM/ to check/update your company's status.
(f) Prices must be inclusive of all charges.
(g) Quotes are due in this office no later than 09 September 2019, Monday, 10 A.M. Central Time.
(h) Vendor must submit invoice via Wide Area Workflow (WAWF) - https://wawf.eb.mil/
(i) Vendor must specify an estimated delivery time of product.
(j) WARRANTY - Must be included in price.

SHIPPING - FOB Destination.
Delivery and Shipping Information
Delivery Days: In place within 30 days of contract
Point of Contact referencing this solicitation is MAJ Danny Frederick at [email protected] or 615-313-2668.

 


Provisions and Clauses

FAR/DFARS
REFERENCE
NUMBER TITLE DATE
52.204-7 System for Award Management OCT 2018
52.204-13 System for Award Management Maintenance OCT 2018
52.204-16 Commercial and Government Entity Code Reporting JUL 2016
52.204-18 Commercial and Government Entity Code Maintenance JUL 2016
52.204-21 Basic Safeguarding of Covered Contractor Information Systems JUN 2016
52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013
52.212-1
Instructions to Offerors-Commercial Items (Class Deviation 2018-O0018) JUN 2019
52.212-4 Contract Terms and Conditions-Commercial Items OCT 2018
52.212-5
Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Class Deviation 2018-O0021) JUN 2019
52.245-1 Government Property JAN 2017
252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011
252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016
252.211-7007 Reporting of Government-Furnished Property AUG 2012
252.223-7008 Prohibition of Hexavalent Chromium JUN 2013
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018
252.232-7010 Levies on Contract Payments DEC 2006
252.244-7000 Subcontracts for Commercial Items JUN 2013
252.246-7003 Notification of Potential Safety Issues JUN 2013
252.246-7008 Sources of Electronic Parts MAY 2018
52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003) DEC 2018
252.239-7017 Notice of Supply Chain Risk (DEVIATION 2018-O0020) SEP 2018
252.239-7018 Supply Chain Risk (DEVIATION 2018-O0020) SEP 2018

52.212-2 -- Evaluation -- Commercial Items.
As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows:
Evaluation -- Commercial Items (Oct 2014)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
1. The Government shall perform a technical analysis of offerors proposal. To be technically acceptable products offered must meet or exceed the salient physical, functional, or performance characteristic specified in this solicitation; clearly identify the item by: (i) Brand name, and (ii) Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to furnished descriptive data or other pertinent information available to the Contracting Officer.
2. Price
3. Past Performance within 3 years to include contract number(s)
Technical and past performance, when combined, are equal to price. Numbers 1-3 above are listed from greatest importance to least.
(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

252.232-7006 Wide Area WorkFlow Payment Instructions.
As prescribed in 232.7004(b), use the following clause:
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)
(a) Definitions. As used in this clause-
"Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization.
"Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).
"Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system.
"Payment request" and "receiving report" are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.
(b) Electronic invoicing. The WAWF system provides the method to electronically
process vendor payment requests and receiving reports, as authorized by Defense
Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic
Submission of Payment Requests and Receiving Reports.
(c) WAWF access. To access WAWF, the Contractor shall-
(1) Have a designated electronic business point of contact in the System for
Award Management at https://www.sam.gov; and
(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site.
(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/
(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.
(f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order:
(1) Document type. The Contractor shall submit payment requests using the following document type(s):
(i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher.
(ii) For fixed price line items-
(A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer.
____________________________________________________________
COMBO
(B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer.
____________________________________________________________
COMBO
(iii) For customary progress payments based on costs incurred, submit a progress payment request.
(iv) For performance based payments, submit a performance based payment request.
(v) For commercial item financing, submit a commercial item financing request.
(2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract.
(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.
Routing Data Table*
Field Name in WAWF Data to be entered in WAWF
Pay Official DoDAAC HQ0670
Issue By DoDAAC W912L7
Admin DoDAAC**
Inspect By DoDAAC
Ship To Code W90D14
Ship From Code
Mark For Code
Service Approver (DoDAAC)
Service Acceptor (DoDAAC)
Accept at Other DoDAAC
LPO DoDAAC
DCAA Auditor DoDAAC
Other DoDAAC(s)
(4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable.
(5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F.
(g) WAWF point of contact.
(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.
_________________________________________________________________
APPLICABLE INFORMATION:
(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.
(End of clause)

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 08 Dec 2021 at 5 AM
Hill air force base Utah 28 Apr 2021 at 4 AM
Davis West virginia 03 Aug 2015 at 5 PM
Agency Iowa 11 Aug 2015 at 2 PM
Location Unknown 08 Jul 2021 at 4 AM

Similar Opportunities

Fe warren air force base Wyoming 16 Jul 2025 at 4 PM
Fe warren air force base Wyoming 16 Jul 2025 at 4 PM
Fe warren air force base Wyoming 22 Jul 2025 at 4 PM
Fe warren air force base Wyoming 28 Jul 2025 at 4 PM