This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Solicitation number/GFEBS F6THCC6034AW01 is hereby issued as a Request for Quote (RFQ). The |
Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88, 16 MAY 2016 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20160510. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 337211 with number of employees not to exceed 1000.
Description of Requirement:
CLIN 0001:-1 Each - Executive single pedestal desk (RH) with conference top - item: 55SPR84
-1 Each - Executive height bridge - item: 55WS54DH
-1 Each - Single pedestal credenza (LH) - item: 55DCSPL84FC
-1 Each - Hutch - item: 55HC69-W
-1 Each - Wardrobe - item: 55WC69
-1 Each - Corner table with solid wood reeded legs - item: 7CT22
-1 Each - Loveseat - item: S-2222
-1 Each - Lounge chair - item: S-2221
-Installation of units above (to include inside delivery, uncarting, set-up, and debris removal) - based upon normal weekday delivery hours 0800-1600 M-F, no stair or step carry involved
-Request samples prior to accepting bid to be verified by customer to match existing.
QTY 1 Package Total $__________________
**A BRAND NAME JUSTIFICATION ACCOMPANIES THIS PURCHASE. OR EQUAL PRODUCTS WILL NOT BE ACCEPTED. ** A firm fixed price contract will be awarded to the lowest priced technically acceptable offer that meets all brand name requirements. NOTE: GSA offers will be considered.
Delivery requirement: 60 days ARO, FOB Destination to Joint Base Lewis-McChord, WA. Exact address will be provided upon award.
Delivery will be to:
Quote Information:
Quotes must be submitted and received no later than 2:00 PM Pacific Time 10 June 2016. Quotes may be e-mailed to the attention of P.O.C.s listed below.
Contact Information:
BUYER: TSgt Robert D. Jones
Alternate Buyer: MSgt Matthew Richard
Emails: [email protected]; [email protected]
Financing Information:
Telephone quotes will not be accepted. Award will only be made to contractors who have registered with System for Award Management (SAM) with the NAICS code 337211. Vendors may register at: http://www.sam.gov.
PROVISIONS AND CLAUSES
Clauses may be accessed electronically in full text through http://farsite.hill.af.mil... Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.
FAR 52.204-7, System for Award Management Registration
FAR 52.204-9, Personal Identity Verification of Contractor Personnel
FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.204-16, Commercial and Government Entity Code Maintenance
FAR 52.212-1, Instructions to Offerors-Commercial Items
FAR 52.212-2, Evaluation-Commercial Items Evaluation. 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 delivery time of all items "all or none" is the evaluation criteria. A firm fixed price contract will be awarded to the lowest priced technically acceptable offer that meets all brand name requirements.
FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov
FAR 52.212-4, Contract Terms and Condition-Commercial Items
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply
FAR 52.219-6, Notice of Total Small Business Set-Aside
FAR 52.219-28, Post Award Small Business 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
FAR 52.222-26, Equal Opportunity
FAR 52.222-36, Affirmative Action for Workers with Disabilities
FAR 52.222-50, Combating Trafficking in Persons
FAR 52.223-5, Pollution Prevention and Right to Know Information
FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving
FAR 52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration
FAR 52.232-39, Unenforceability of Unauthorized Obligations
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
FAR 52.233-3, Protest After Award
FAR 52.233-4, Applicable Law for Breach of Contract Claim
FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation
FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil
DFARS 252.201-7000, Contracting Officer's Representative
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
DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information
DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors
DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law
DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items
DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials
DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate
DFARS 252.225-7001, Buy American Act and Balance of Payments Program
DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award)
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
DFARS 252.244-7000, Subcontracts for Commercial Items
DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alt III
Submission of Invoices
In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.