Bldg 65 Office Furniture

expired opportunity(Expired)
From: Federal Government(Federal)
FA8601-20-Q-0008

Basic Details

started - 01 Nov, 2019 (about 4 years ago)

Start Date

01 Nov, 2019 (about 4 years ago)
due - 15 Nov, 2019 (about 4 years ago)

Due Date

15 Nov, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
FA8601-20-Q-0008

Identifier

FA8601-20-Q-0008
Department of the Air Force

Customer / Agency

DEPT OF DEFENSE (707822)DEPT OF THE AIR FORCE (60365)AFMC (17422)AIR FORCE LIFE CYCLE MANAGEMENT CENTER (4855)FA8601 AFLCMC PZIO (1055)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (7)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

 COMBINED SYNOPSIS/SOLICITATION  This solicitation is expected to result in the award of a firm-fixed-price contract for office furniture as described under the requirements section of this solicitation and accompanying requirements attachment. This solicitation is 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; proposals are being requested and a written solicitation will not be issued. An award, if any, will be made to the responsible Offeror who submits a proposal that:  1.  Conforms to the requirements of the solicitation.2.  That receives a rating of "Acceptable" on the Technical Capability evaluation factor.3.  That submits the proposal with the lowest total evaluated price (TEP), provided that the                                            TEP is not unbalanced and is fair and reasonable. Submittal of
proposals in response to this solicitation constitutes agreement by the Offeror of all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract.  It is the Offertory responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil.  The Government reserves the right to award without discussions or make no award at all depending upon the quality of proposals received and the price fair and reasonableness of proposals received.   The solicitation number for this requirement is FA8601-20-Q-0008 and is hereby issued as a Request for Quote (RFQ) using FAR subpar 12, Acquisition of Commercial Items and FAR Subpart 13, Simplified Acquisition Procedures. NAICS Code: 337214 - OFFICE FURNITURE (EXCEPT WOOD) MANUFACTURING Small Business Size Standard:  1,000 Employees  Acceptable means of Submission:  All submissions must be submitted electronically to the following email address jesse.vera.1@us.af.mil by Friday, 15 November 2019 3:00 P.M. EST. Any correspondence sent via e-mail must contain the subject line "FA8601-20-Q-0008 Office Furniture". The entire proposal may be in multiple e-mails as long as each email is numbered.  Each email must not exceed 5 megabytes, including attachments.  E-mails with compressed files will not be accepted.  Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails 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 e-mail may not get through the e-mail 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 email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent.  The email filter may delete any other form of attachments.   Submittal of proposals in response to this solicitation constitutes agreement by the Offeror to all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract.  It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet website http://farsite.hill.af.mil.  The Government reserves the right to award without discussions or make no award depending upon the quality, price fairness, and price reasonableness of the proposals received.   Delivery Schedule:                  10 weeks after date of contract                                                             Place of Delivery:                                CEG/CENMP2790 D ST RM 2NDW Wright-Patterson AFB OH 45433Attn: Stephanie Nishanov 937-656-3437                                                                                                                                                                        Delivery Type:  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.A site visit will be held on Thursday 7 November 2019 at 1:00pm. The address of the site visit is:2790 D StreetArea BWPAFB, OH 45433You must pre-register by 4:00pm EST Monday 4 November 2019 to attend the site visit.Please email jesse.vera.1@us.af.mil and krista.sabin@us.af.mil with your full name as stated on your driver's license, the state of issuance for the driver's license, and your driver's license number for all attendees. The School of Aerospace Medicine has a requirement for a Radio Frequency Radiation Detector.  The Radio Frequency Radiation Detector is to be provided in accordance with the Statement of Work (Attachment 1).   The anticipated award is Firm-Fixed Price.   The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforms to the solicitation and is most advantageous to the Government, price and other factors considered.  Technical Capability and Price will be used to evaluate all offers.  The proposals may be in any format but MUST include:  1.  Proposing company's name, address, DUNS number, Cage Code, and TIN.2.  Point of contact's name, phone, and email. 3.  Proposal number & date. 4.  Timeframe that the proposal is valid.5.  Individual item price. 6.  Total price (Net 30), No Progress Payments.7.  Shipping (FOB Destination).8.  Delivery Schedule. 9.  Completed copy of representations and certifications (attachment 2) Important Notice to Contractors:  Proposals MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements outlined in the Statement of Work (Attachment 1).  The Contracting Officer will review proposal based on the factors listed in this solicitation and the information furnished by the Offeror.  Before price is considered, the proposal must meet the technical specifications of this solicitation. Important Notice to Contractors:  All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract.  SAM can be accessed at https://www.sam.gov.  Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests.  Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form.  Wide Area Workflow - Receipt and Acceptance (WAWF - RA) is the DoD system of choice for implementing this statutory requirement.  Use of the basic system is at no cost to the contractor.  Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com.  Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/.  ADDITIONAL INSTRUCTIONS TO OFFERORS Proposal Content:  Proposals shall consist of two separate parts, a technical proposal and a price proposal.  Length of the proposal shall not exceed ten (10) typed pages. Proposal Detail:  The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims.  The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements.  Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted. Embellishments Not Desired:  Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired.   Technical Proposal:  Describe how the offeror will provide officer furniture as described in the Statement of Work.   EVALUATION FACTORS The Government will use Simplified Acquisition Procedures to evaluate proposals submitted in response to the solicitation.  The factors that shall be used to evaluate proposals are Technical and Price, as expounded below.  Evaluation will be based on Lowest Price Technically Acceptable.FACTOR 1 - Technical:  Pursuant to evaluation of all requirements, the Technical factor will receive an overall rating of either "Acceptable" or "Unacceptable" using the rating and descriptions in the table below:   Rating  Description  Acceptable  Proposal clearly meets the minimum requirements of the solicitation.          Unacceptable   Proposal does not clearly meet the minimum requirements of the solicitation.  In determining whether a technical proposal is Acceptable or Unacceptable, the Government will consider the extent to which the technical proposal demonstrates the offeror's ability to meet all of the factors as outlined in the Statement of Work (Attachment 1):  FACTOR 2 - Price:  Price proposals will be evaluated to determine if unit prices are fair and reasonable using the techniques described in FAR 13.106-3(a).Evaluation Process: (a)  The Government will initiate concurrent evaluation of all evaluation factors on all proposals.  The Government will consider, throughout the evaluation, the "correction potential" of a proposal including whether any proposal deficiency can be rectified and whether any uncertainty can be resolved.  The judgment of such "correction potential" is within the sole discretion of the Government.  (b)   If, pursuant to initial evaluation, the Government rates the Technical factor as "Unacceptable", or if the Government determines that there is some other deficiency or uncertainty relative to an offeror's proposal, and in the Government's judgment, the deficiency is rectifiable or the uncertainty is resolvable, the Contracting Officer (CO) may open discussions and may continue discussions as long as, in the Government's judgment, the deficiency is rectifiable or the uncertainty is resolvable. (c)    For the purpose of conducting discussions, if the Government rates the Technical factor as "Unacceptable", or if the Government determines that there is some other deficiency or uncertainty relative to an offeror's proposal, the entire proposal will be rated "Unacceptable."  At the conclusion of discussions, if the Technical factor is rated "Unacceptable", or if any deficiency or uncertainty relative to the proposal has not been resolved, evaluation of that proposal will be considered final.  The entire proposal will be rated "Unacceptable" and no further consideration will be given to that proposal for award. (d)   For the purpose of award without discussions, if pursuant to initial evaluation, the Government rates the Technical factor as "Unacceptable", or if the Government determines that there is some other deficiency or uncertainty relative to an offeror's proposal, notwithstanding that any deficiency may be rectifiable or any uncertainty may be resolvable, the entire proposal will be rated "Unacceptable," the initial evaluation will be the final evaluation, and no further consideration will be given to that proposal for award.    Unless the Government has received a prior written notice that an offeror has withdrawn its proposal, the Government may accept the proposal in whole or in part before the proposal's expiration date.  Provisions and Clauses can be found in Attachment 3.  The following provisions are incorporated into this solicitation by full text to be completed by the offeror in Attachment 2: FAR 52.204-17             Ownership oR Control of Offeror (JUL 2016)FAR 52.212-3              Alt 1, OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (NOV 2017) FAR 52.209-11            REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) Attachments:1.       Statement of Work2.    Drawing3.       Representations and Certifications4.    Inspection Checklist5.       Solicitation - Provisions and Clauses Please direct all questions to Jesse Vera, jesse.vera.1@us.af.mil and Krista Sabin, krista.sabin@us.af.milRequirement:

Wright Patterson,    Ohio    45424 United StatesLocation

Place Of Performance : N/A

Country : United StatesState : OhioCity : Dayton

You may also like

FURNITURE OFFICE

Due: 30 Nov, 2024 (in 7 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

FURNITURE OFFICE WORKSTATIONS

Due: 31 Oct, 2024 (in 6 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

Classification CodeCode 71Furniture
Naisc CodeCode 337Furniture and Related Product Manufacturing
Naisc CodeCode 337214Office Furniture (except Wood) Manufacturing