Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2006 FBO #1682
MODIFICATION

71 -- Systems Furniture for Public Health - WPAFB

Notice Date
7/3/2006
 
Notice Type
Modification
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8601-06-T-0113
 
Response Due
7/7/2006
 
Archive Date
7/22/2006
 
Point of Contact
Darla Curnutte, Contract Specialist, Phone (937) 522-4611, Fax (937) 656-1412, - Barbara Jemmott, Contract Specialist, Phone 937-522-4566, Fax 937-656-1412,
 
E-Mail Address
darla.curnutte@wpafb.af.mil, barbara.jemmott@wpafb.af.mil
 
Description
UPDATE 3 JULY 2006: Solicitation FA8601-06-T-0113 response date has changed from 7 July 2006 to 17 July 2006. Questions and answers will be posted on or about 7 July 2006. _________________________________________________________________ This is a combined Brand Name or Equal synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number is FA8601-06-T-0113 and is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-26, effective 19 May 2006 and Class Deviation 2005-o0001. The North American Industry Classification System (NAICS) code for this requirement is 337214 with an associated size standard of 500. The Contracting Squadron, 88 CONS/PKBA, will make the following acquisition: The solicitation issue date is 23 Jun 06 and will close 7 Jul 06 at 3:00pm EST to provide all required items and complete operational installation of Herman Miller Action Office 2 (or equal) panel-based systems furniture, completely installed and operational by 8 Sep 06. The systems furniture will be installed at: 88th Med Center 4881 Sugar Maple Drive Bldg 830 WPAFB OH, 45433 CLIN 0001 ? Room 1Y133 Systems Furniture ? 1 Workstation (WS) CLIN 0002 ? Room 1Y134 Systems Furniture ? 2 WS CLIN 0003 ? Room 1Y137 Systems Furniture ? 3 WS CLIN 0004 ? Room 1Y139 Systems Furniture ? 1 WS CLIN 0005 ? Room 1Y140 Systems Furniture ? 1 WS CLIN 0006 ? Room 1Y136 Systems Furniture ? 1 WS CLIN 0007 ? Room 1Y138 Systems Furniture ? 1 WS CLIN 0008 ? Room 1Y141 Systems Furniture ? 1 WS CLIN 0009 ? Room 1Y142 Systems Furniture ? 1 WS Specific requirements will include, but are not limited to the following: The contractor shall provide all required items and complete operational installation of 12 panel-based systems furniture for 9 rooms in the Medical Center on WPAFB. The diagrams (attachment 2) and specifications (attachment 1) were based on Herman Miller Action Office Series 2 system furniture. Quotes must include all components for a fully operational workstation and must be from a single manufacturer and/or GSA Schedule to ensure interchangeability. Quotes must state the manufacturer, line of furniture, description, quantity of each item required for this contract, individual item pricing (attachment 1), and Exhibit A ? Bid Schedule with lump sum pricing. Pricing should be FOB Destination with furniture installed and completely operational by 8 Sep 06. The attachments to this document such as product listing and diagrams will be posted on the Fed Biz Opps website (http://www.fbo.gov). This RFQ can be downloaded and printed from the World Wide Web at the address above. Potential offerors can register for automatic updates, but it is incumbent upon the interested parties to review the web site frequently for updates to the documents. Pursuant to the Brand Name or Equal clause (FAR 52.211-6); the offeror must provide descriptive literature of item being offered. ?Equal? will be evaluated based on proposed furniture equivalent to Herman Miller Action Office Series 2 line in color (attachment 1), size, strength, weight, sturdiness, and height adjustable configuration, at a minimum. If descriptive literature is not provided, the offeror will be determined to be nonresponsive. Facsimile or alternate proposals are not acceptable. Contractors must be registered in the Central Contractor Registry (CCR) prior to award for solicitations issued after 31 May 98. The web site for the CCR is http://www.ccr.dlis.dla.mil/ccr/scripts/index.html. The telephone number for CCR is 1-888-CCR-2423 and the Fax number is 1-703-696-0213. The Government will evaluate equally, as regards to time of delivery, offers that propose delivery within the applicable delivery period specified above. Offers that propose delivery that will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. The Government reserves the right to award under either the required delivery schedule or the proposed delivery schedule, when an offeror offers an earlier delivery schedule than required above. Inquiries and information received after the established deadline shall not be considered for this particular acquisition. Price and other factors (technical/quality and delivery) considered, award will be made to the offeror which represents the best value to the Government. Direct any questions to Barbara Jemmott, 937 522-4566, barbara.jemmott@wpafb.af.mil. Quotations must be submitted by mail to 88 CONS/PKBA, 1940 Allbrook Dr, Suite 3, WPAFB OH 45433, ATTN: Capt Darla Curnutte, received no later than 7 Jul 06 by 3:00 p.m. EST. Submit with your proposal the following, completed clauses (attachment 4): FAR 52.212-3 Offeror Representation and Certification DFARS 252.212-7000 Offeror Representation and Certification Of the available clauses, the following apply and are incorporated by reference: 52.204-9, Personal Identify Verification of Contractor Personnel; 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors ? Commercial Items; 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (deviation); 52.222-3, Convict Labor; 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-22, Previous Contract and Compliance Reports; 52.222-25, Affirmative Action Compliance; 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-1, Disputes; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.247-34, FOB Destination; 252.204-7003, Control of Government Personnel Work Product; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (deviation) 252.225-7002, Qualifying Country Sources As Subcontractors; 252.225-7036, Buy America Act?Free Trade Agreement?Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; and 252.243-7001, Pricing of Contract Modifications. Of the available clauses, the following apply eight clauses are incorporated by full text: 1. 5352.215-9001 NOTICE OF PRE-BID/PRE-PROPOSAL CONFERENCE (a) A pre-bid/pre-proposal conference will be conducted at 88th Med Center, 4881 Sugar Maple Dr, Bldg 830, WPAFB, OH 45433 on 27 Jun 06 at 3:30 pm for the purpose of answering questions regarding this solicitation. (b) Submit the names of all attendees (not to exceed 3) to Capt Darla Curnutte, darla.curnutte@wpafb.af.mil, 937 522-4611 prior to 26 Jun 06. This information must be provided in advance in order to ensure access to the military base/conference site and adequate seating for the conference attendees. (c) Bidders/Offerors are requested to submit questions to Barbara Jemmott, barbara.jemmott@wpafb.af.mil, referencing the RFQ number, not later than 29 Jun 06. Information provided at this conference shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. (d) A record of the conference shall be made and furnished to all prospective bidders/offerors. The record should include minutes of the meeting, including questions (on a non-attribution basis) and answers. ------------- 2. 5352.201-9101 OMBUDSMAN (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Stephen J. Miller, ASC/AE, 1755 Eleventh St, B570, R113, Wright-Patterson AFB, OH 45433-7404 (Phone: 937-255-5315; FAX 937-656-7193; E-Mail stephen.miller@wpafb.af.mil). Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. ------------- 3. 5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply ith the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (c) The contracting officer may, by written order, direct Air Force Occupational Safety and Health Standards (AFOSH) and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (d) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. ------------- 4. 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver?s license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-209, the Air Force Resource Protection Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) ------------- 5. 88 CONS G-001, WIDE AREA WORK FLOW ? RECEIPT AND ACCEPTANCE ELECTRONIC INVOICING AND RECEIVING REPORT INSTRUCTIONS 1. CONTRACTORS SHALL SUBMIT INVOICES THROUGH WAWF-RA FOR PAYMENT. SUBMISSION OF INVOICES VIA ANY OTHER METHOD SHALL DELAY PAYMENT. HARD COPIES OF INVOICES ARE NO LONGER ACCEPTABLE METHODS OF SUBMISSION AND MAY BE RETURNED TO THE CONTRACTOR. 2. The contractor shall be paid after submission of a properly prepared invoice and after final inspection and acceptance by the Government. In accordance with DFARS 252.232-7003, use of electronic payment requests is mandatory. Wide Area Workflow ? Receipt and Acceptance (WAWF-RA) is the Department of Defense system preferred choice for submission of electronic payment requests and receipt and acceptance documents. The following information will aid in the submission of an invoice through WAWF-RA. 3. Information regarding WAWF-RA is available on the Internet at https://wawf.eb.mil. Note that the Software Users Manual posted to WAWF-RA is an excellent source for information when completing the invoice submission process. WAWF-RA training is also available at http://www.wawftraining.com. 4. Invoices shall be submitted (Selection determined by the Contracting Officer by placing an X in the appropriate block): a. [X] After Delivery of Supplies or Services b. [. .] Monthly (After Performance) c. [. .] Quarterly (After Performance) d. [. .] Semi-annually (After Performance) e. [. .] Yearly (After Performance) 5. The following codes are required to properly route your invoices and/or receiving reports through WAWF-RA. Missing elements in the following areas may cause delays in the payment process. a. ISSUE DATE: . . b. CONTRACT NUMBER: . . c. DELIVERY ORDER NUMBER: . . (Note to contractor : Blank unless provided by the contracting officer ) d. CAGE CODE: . . e. PAY OFFICE DODAAC: . . 6. The contractor shall submit invoices using the following format for Payment Type. Be advised that only the selections noted below shall be used in the submittal process. THE CONTRACTOR SHALL STRICTLY ADHERE TO THE SELECTION NOTED BELOW TO AVOID DELAYS IN THE PAYMENT PROCESS. SUBMISSION OF INVOICE OTHER THAN THAT SPECIFIED BELOW MAY DELAY PAYMENT AND/OR CAUSE INVOICE TO BE RETURNED. a. [..] Invoice (Note to contractor: To be used ONLY if authorized by the Contracting Officer) b. [. .] Invoice 2n1 (Services Only) c. [. .] Construction Payment Invoice d. [. .] Commercial Item Financing (Note to contractor: To be used ONLY if authorized by the Contracting Officer) e. [. .] Performance Based Payment (Note to contractor: To be used ONLY if authorized by the Contracting Officer) f. [. .] Progress Payments (Note to contractor: To be used ONLY if authorized by the Contracting Officer) g. [. .] Receiving Report h. [X] Invoice and Receiving Report (COMBO) Note: Inspection = X (source, destination) Acceptance = X (source, destination) i. [. .] Public Voucher 7. The following additional codes are required to properly route your invoices and/or receiving reports through WAWF-RA. Note that if errors are received in the creation of your document, stop and call the Contracting Officer for verification of code required. Also note that some fields shown may or may not be included depending upon the type of invoice created. An example of the fields required when submitting an invoice are provided: a. ISSUE BY DODAAC: FA8601 b. ADMIN DODAAC: FA8601 (Note to contractor: This field may also be referred to as ADMIN BPN) c. INSPECT BY DODAAC or BPN: FM2300 EXT: . . (Note to contractor: These fields may be blank if not filled out by the contracting office, EXT may be blank even if the Inspect By DODAAC is shown.) d. MARK FOR CODE: Leave Blank e. SHIP TO CODE: FM2300 EXT: . . f. SHIP FROM CODE: Leave Blank g. SHIPMENT NUMBER: h. INVOICE NUMBER: j. DISCOUNT TAB (Note to contractor: This allows for prompt payment discounts) k. FOB: D 8. When creating invoices and/or receiving reports, the contractor shall select the ?Additional E-mail Notifications? link and enter the e-mail addresses below. The Government will advise the contractor of changes to these e-mail notifications by letter or e-mail vs. contract modification. Upon receipt of the change(s), the contractor shall include the new e-mail notifications when creating invoices and/or receiving reports. Contractor shall send an email notification to the addressees listed below upon submittal of an invoice through Wide Area Work Flow (WAWF-RA). a. INSPECTOR: andrea.carroll@wpafb.af.mil b. ACCEPTOR: andrea.carroll@wpafb.af.mil c. CONTRACT ADMINISTRATOR: darla.curnutte@wpafb.af.mil d. CONTRACTING OFFICER: steve.godby@wpafb.af.mil 9. Questions concerning payments should be directed to the Defense Finance Accounting Services (DFAS) located in Block 18a. of the contract/order. The contract, purchase order, or invoice number is required when inquiring about payment status. Payment information may also be accessed from the DFAS web site at https://myinvoice.csd.disa.mil/index.html. ------------- 6. 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 ------------- 7. 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (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 (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. ------------- 8. 88 CONS H-002 - Delivery Procedures Commercial Vehicles All vehicles larger than a large pick-up truck are required to be inspected by the Wright-Patterson Air Force Base Commercial Vehicle Delivery Gate (CVDG) prior to entering the installation. Vehicles to be inspected include, but are not limited to, the following: 1. Step van/panel truck 2. Tractor/trailer, box and flat bed containing cargo 3. Tanker trucks 4. Box trucks 5. Tour buses 6. Garbage/recycled waste trucks 7. Concrete trucks/mixers, dump trucks 8. Cranes, recreational vehicles, petroleum tanker This inspection will be conducted at Gate 16A located off State Route 444. The following are exemptions to vehicles utilizing the CVDG: 1. If the vehicle has the product inside (concrete and asphalt trucks) and timely delivery is necessary due to product deterioration it does not need to enter the CVDG. To bypass the CVDG, the contractor shall submit a list containing drivers? names, social security numbers and the state in which the driver's license is held for those drivers who will be entering the base. This shall be accomplished 24 hours prior to requested entry time. If entry is requested on Monday, this list must be submitted by Friday at 1630 hours. All lists shall be submitted to the 88th ABW/CE Directorate contract inspector. The only gates that may be used under this exemption shall be 15A, 26C, 38C, 1B, 26C and gate 1B. If the driver's name is not on the list, he/she will not be allowed access to the installation through these gates and the base will not assume liability for denied access. 2. If a delivery vehicle must exit, and then re-enter the base to complete its route, the vehicle shall be resealed upon exiting the base. After initially passing through the commercial vehicle delivery gate, trucks shall be resealed at Gates 15A, 38C and 22B. The resealing of the trucks will allow them to continue to any other area of the installation (Areas A, B, C, or Kittyhawk) without reprocessing through the CVDG. To receive resealing assistance, the drivers shall physically stop at one of the three authorized gates and request the installation entry controller to reseal their truck and provide the next location of their delivery. The controller will reseal the truck and give the delivery driver a pre-clearance form. The driver shall present the pre-clearance form to the entry controller at the next point of installation entry. This reentry can be through any base gate. Vehicles may be subject to an inspection at any of installation entry control points during a directed random antiterrorism measure (RAM.) Any commercial vehicle, regardless of size, can be directed to the CVDG at the discretion of the installation entry controller. ------------- Exhibits/Attachments: Exhibit A ? Bid Schedule Attachment 1 ? Specifications Attachment 2 ? Room Diagrams Attachment 3 ? WPAFB Area A/B/C Map Attachment 4 ? FAR/DFARS Reps and Certs
 
Place of Performance
Address: 88th Med Center, 4881 Sugar Maple Drive, Bldg 830, WPAFB OH,
Zip Code: 45433
Country: USA
 
Record
SN01082269-W 20060705/060703220309 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.