Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
SOLICITATION NOTICE

71 -- AWC Office Furniture - Combo Solicitation

Notice Date
9/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337211 — Wood Office Furniture Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
AWC-Office-Furniture-Maxwell
 
Archive Date
10/4/2011
 
Point of Contact
Xavier L. Rice, Phone: 334-953-5755
 
E-Mail Address
Xavier.Rice@maxwell.af.mil
(Xavier.Rice@maxwell.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Dimensions Combo Solicitation GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in the Schedule of Supplies/Services. This is a streamlined combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for quote (Reference-Number F2XHC31244A002). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 and Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20110819. It is the contractor's responsibility to become familiar with applicable clauses and provisions. A Firm Fixed Priced Award will be made in accordance with the following the Schedule of Supplies: NAICS Code: 337211; size standard: 500 emp. The Defense Priorities and Allocations System rating is C9E. IMPORTANT NOTE: THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. NATURE OF ACQUISITION: Maxwell Air Force Base has a requirement to purchase the below listed items. The Schedule of Supplies/Services provides all items, details and quantities required. This procurement will be awarded under Simplified Acquisition Procedures. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following brand name or equal items: CLIN 0001-6 Shelf Bookcase MODEL#HWM84 High Point (or equal) 14 EA CLIN 0002-Wing Back Arm Chair (Cortz Blueberry 939) MODEL #4073 High Point (or equal) 8 EA CLIN 0003-Symphony Magazine Table, Cherry 9123WC/QT2715, MODEL # S8330476 High Point (or equal) 4 EA CLIN 0004-Soprano 4 Leg Base with Open Arms and Wood Frame, Fabric Vincy Morocco Orbit MC309, Model 9118IIMAH, S8323382 High Point (or equal) 19 EA CLIN 0005-Executive Chair w/Knee Tilt (Cortz 100 Black) MODEL #191K High Point (or equal) 4 EA CLIN 0006-Ambassador Rectangular Conf Table MODEL #7340-93 DMI (or equal) 2 EA CLIN 0007-Del Mar Table Desk MODEL #7302-88 DMI (or equal) 1 EA CLIN 0008-Del Mar Round Conf Table MODEL #7302-89 DMI (or equal) 1 EA CLIN 0009-Del Mar End Table MODEL # 7302-10 DMI (or equal) 11 EA CLIN 0010-Del Mar Coffee Table MODEL #7302-40 DMI (or equal) 1 EA CLIN 0011-Del Mar Sofa Table MODEL #7302-82 DMI (or equal) 2 EA CLIN 0012-Executive High Back Desk Chair (Black Leather) MODEL #7302-831 (K) DMI (or equal) 13 EA CLIN 0013-Contemporary Side Chair (Sunset Cherry--B1200- Grade 8) MODEL #DA01110-2 DMI (or equal) 4 EA CLIN 0014-Contemporary Side Chair (Sunset Cherry--B1902-Grade 8) MODEL #DA01110-2 DMI (or equal) 6 EA CLIN 0015-Contemporary Side Chair (Sunset Cherry--B1111- Grade 26 MODEL #DA01110-2 DMI (or equal) 8 EA CLIN 0016-Contemporary Love Seat (Sunset Cherry B1602-Grade 14) MODEL #CD 00110-2 DMI (or equal) 1 EA CLIN 0017-Single Door Storage Wardrobe MODEL #7302-05 DMI (or equal) 2 EA CLIN 0018-Double Door Storage Wardrobe MODEL #7302-06 DMI (or equal) 2 EA CLIN 0019-Executive Desk MODEL #7302-36 DMI (or equal) 2 EA CLIN 0020-L Executive Desk MODEL #7302-48 DMI (or equal) 2 EA CLIN 0021-Executive Desk with bow front MODEL #7302-37 DMI (or equal) 1 EA CLIN 0022-Executive Storage Credenza MODEL #7302-20 DMI (or equal) 3 EA CLIN 0023-Kneehole credenza without molding MODEL #7302-215 DMI (or equal) 1 EA CLIN 0024-Kneehole credenza with molding MODEL #7302-21 DMI (or equal) 1 EA CLIN 0025-Lateral File MODEL #7302-16 DMI (or equal) 2 EA CLIN 0026-Wall Mountable Overhead Storage with Crackle Glass Door Panels MODEL #7302-403 DMI (or equal) 2 EA CLIN 0027-Overhead Storage MODEL #7302-62 DMI (or equal) 1 EA CLIN 0028-Center Bookcase 7302-108 MODEL #DMI (or equal) 4 EA CLIN 0029-Left Hand Facing Bookcase MODEL #7302-118 DMI (or equal) 1 EA CLIN 0030-Right Hand Facing Bookcase MODEL #7302-128 DMI (or equal) 1 EA CLIN 0031-Contemporary Leather Mid Back Desk Chair Flexsteel black leather MODEL#6040-841 DMI (or equal) 4 EA CLIN 0032-INSTALLATION QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. a. The offeror must submit a signed and dated quote on company letterhead with unit prices and extended prices in response to the solicitation. In doing so and without taking exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services" and terms and conditions, the offeror agrees to accede to all solicitations requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. b. " Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items and DFARS 252.225-7000, Buy American Act Certificate with quotation. c. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. d. Offerors must provide unit price and extended price for all items referenced in the "SCHEDULE OF SUPPLIES/SERVICES". e. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. IMPORTANT NOTE: Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. BASIS FOR AWARD Award will be based on technical acceptability and price. The offeror by acceding to all of the requirements of this synopsis/solicitation, including specifications (CLINs 0001-0032), and terms and conditions will be determined technically acceptable. Award will then be based on price. CONTRACT TERMS AND CONDITIONS: The following clauses apply: By reference: 52.204-7: - Central Contractor Registration 52.211-17: Delivery of Excess Quantities 52.212-4 -- Contract Terms and Conditions -- Commercial Items 52.223-16-IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products 52.232-33:- Payment by Electronic Funds Transfer --Central Contractor Registration 52.253-1: Computer Generated Forms 252.203-7002:-Requirement to Inform Employees of Whistleblower Rights 252.204-7003: Control of Government Personnel Work Product 252.204-7004, Alternate A Central Contractor Registration 252.223-7006: Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7002Qualifying Country Sources as Subcontractors 252.232-7003Electronic Submission of Payment Requests 252.232-7010Levies on Contract Payments 252.243-7001Pricing of Contract Modifications By Full Text: 52.204-10: Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6: Protecting the Government's Interests When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and the following additional FAR clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Representation 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225.-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3: Hazardous Material Identification and Material Safety Data 52.233-4: Recovered Material Certification 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 (End of clause) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 252.203-7000, Requirements Related to Compensation of Former DoD officials 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea, with its Alt III AFFARS 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 OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Center/MAJCOM or AFISRA ombudsmen, Primary: Primary: Mr. David Jones, Deputy Chief, Contracting Division, HQ AETC/A7K; Alternate: Mr. Stephen Smith, Chief, Acquisition Support Branch, HQ AETC/A7KA; Address: 2035 First Street West, Ste 1, Randolph AFB TX 78150-4324; Telephone Numbers: (210) 652 - 7907 or (210) 652-7075; Facsimile Number: (210) 652-8344; and E-mail Addresses: david.jones@randolph.af.mil or stephen.smith@randolph.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA 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. NOTE 1 REQUIRED POSTERS Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/main.htm (End of Clause) NOTE 2 WAWF-ELECTRONIC SUBMISSION OF INVOICE Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: 1 Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: deborah.aguilar-root@maxwell.af.mil Contract Specialist: xavier.rice@maxwell.af.mil Contracting Officer: rose.jordan@maxwell.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) The following provisions apply: 52.211-6:-Brand Name or Equal FAR 52.212-1, Instructions to Offerors, Commercial Items (Jan 2004), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. FAR 52.212-3, ALT 1 Offerors are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. The following provisions apply: DFARS 252.225-7000 Buy American Act - Balance of Payments Program Certificate FAR 52.252-1 -- Solicitation Provisions 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 address: http://farsite.hill.af.mil. (End of Provisions) IMPORTANT NOTE: All product items sold to the Government should be properly marked with manufacturer's name and part number. Responses to this notice shall be provided in writing either by e-mail to: Xavier Rice, at xavier.rice@maxwell.af.mil; or by fax: Attn: Xavier Rice, 334-953-2856. All responses must be received by 19 Sep 2011, 12:00 p.m. Central Daylight Savings Time (CDST). Email is the preferred method of communication. Point of Contact: Xavier Rice, Contract Specialist, Phone (334) 953-5755, Fax (334) 953-2856. REQUIREMENTS DOCUMENT BLDG 1401 Air War College MS, DES and CC Faculty Furniture F2XHC31244A002 1. PURPOSE: Purchase and deliver new replacement furniture for the Air War College, Bldg 1401, First Floor. 2. EXECUTIVE SUMMARY: This purchase is to complete replacement furniture buy for various departments in AWC, located on the first floor, center (main body) of Bldg 1401. Distribution of the furniture to various offices will be dictated by the Facility Manager located in room 1005C. 3. DESCRIPTION OF REQUIREMENTS: a. GENERAL: The contractor will provide all labor and materials to deliver and place all ordered items as directed by the Facility Manager located in room 1005C. Offices that are affected are all on the first floor, center area (main body) of Bldg 1401. 4. REMOVAL AND DISPOSITION. The contractor shall remove and dispose of all items relating to the installation of new furniture such as protective shipping containers and boxes. Old furniture will be removed by AWC. 5. The Contractor will coordinate the dates for delivery and installation with the customer. 6. Installation Requirements: The Contractor is required to purchase and deliver the furniture specified in this requirement. 7. Color Swatches and Pictures. The contractor shall provide fabric, wood samples and color pictures for all furniture proposed under this contract. 8. No government property or services such as materials or manpower are being provided for the new furniture.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/AWC-Office-Furniture-Maxwell/listing.html)
 
Place of Performance
Address: Maxwell AFB, Maxwell AFB, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN02571408-W 20110914/110912234942-1b07fa4eb7b4f26bf14edd4d93f6621f (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.