Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2016 FBO #5347
MODIFICATION

71 -- Systems Furniture - Lakehurst Bldg 150 & 120

Notice Date
7/12/2016
 
Notice Type
Modification/Amendment
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-16-T-0333
 
Archive Date
8/2/2016
 
Point of Contact
Laurie Jiavaras, Phone: 732-323-4188
 
E-Mail Address
laurie.jiavaras@navy.mil
(laurie.jiavaras@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a 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 Request for Quotation and subsequent order is set-aside exclusively for only those authorized Navy Office Furniture Blanket Purchase Agreement holders. Quotes from other than these vendors will not be considered. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This requirement is unrestricted under NAICS 337214. This announcement constitutes the only written notice for this procurement. The Statement of Work outlines the requirement for this furniture procurement (attachment 1 Bldg 120 and attachment 2 Bldg. 150). The basis for award will be best value to the Government. In accordance with FAR 52.212-2, the Government will award an order 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 in accordance with the Evaluation Plan (attachment 3). 52.212-2 -- 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. Technical Design Layout / Maximum Space Utilization (element of Technical) Phased Milestone Schedule/Delivery (element of Technical) Warranty (element of Technical) •2. Past Performance Quality of Service (element of Past Performance) Timeliness of Service (element of Past Performance) Ability to Manage Costs/Control Costs (element of Past Performance) Responsiveness to Customers (element of Past Performance) •3. Price/Cost (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. (End of Provision) The solicitation number N68335-15-T-0333 is listed as a request for quotation for the systems furniture in accordance with the attached Statement of Work. Vendors shall provide a fixed price per the following Contract Line Items: 0001 - Design Layout 0002 - Material 0003 - Voice/Data 0004 - Electric 0005 - Installation 0006 - Contract Data Requirements - Not Separately Priced. Quotation must be good for 30 calendar days after the due date of this combined Synopsis/Solicitation. Inspection/Acceptance: Destination. Shipping of deliverables must be free on board destination CONUS (Continental U.S.). Shipping Address: - N68335 NAVAIR Lakehurst, Rout 547, Bldg 120 and Bldg 150, Lakehurst, NJ 08733-5082. Commercial Items Terms and Conditions are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the offeror must submit a completed copy of the listed representations and certifications with its proposal or indicate that these representations and certifications can be found on the System for Award Management(SAM); FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.203-6, 52.204-7, 52.204-4, 52.204-9, 52.204-10, 52.204-13, 52.209-6, 52.209-10, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36,52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33, 52.232-39, 52.233-4, 52.247-64. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Commercial Items Terms and Conditions- DFARs The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: 252.204-7004 Alt I System For Award Management(52.204-7)(DEC 2012)-ALT A (FEB 2014); 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; 252.211-7008 Use of Government-Assigned Serial Numbers; 252.225-7001, Buy American Act & Balance of Payments (DEC 2012); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012); 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013); 252.232-7010 Levies on Contract Payments (DEC 2006); 252.244-7000 Subcontracts for Commercial Items; 252.247-7022 Representation of Extent of Transportation by Sea; 252.247-7023 Transportation of Supplies by Sea; 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000). Award Evaluation Criteria 52.212-2 Evaluation - Commercial Items applies. Award of the order resulting from this solicitation will be made to the Offeror whose proposal, conforming to the solicitation, offers the best value to the Government in accordance with the attached Evaluation Plan. All vendors must be registered in the System for Award Management (SAM) Database. The internet website is https://www.sam.gov/portal/public/SAM/. It is mandatory to register with SAM as your Duns Number (Data Universal Numbering System) and CAGE (Commercial and Government Entity) code will be required to conduct business with the Department of Defense. In addition, all invoices will be electronically submitted in the Wide Area Work Flow; information available in Clause 252.232-7003. Additional information required: Cage Code, Duns Number, Tax ID Number, Payment Terms, Delivery schedule, Delivery charges if applicable, GSA contract number if applicable, Business size, and Email address. A site visit is scheduled for Tuesday June 21 at 1:00pm. This will be the one and only opportunity to visit the site location for the purpose of performing room measurements. NOTE: It is the responsibility of the prospective contractor to conduct their own room measurements and develop their own design and furniture plan. This site visit will be the only opportunity to visit the site. If you are planning to attend, you must send an e-mail to laurie.jiavaras@navy.mil as notification of your interest in the site visit and entrance to the base. NOTE: The contractor shall store the furniture until September 30, 2016. All responses will be made to Laurie Paz Jiavaras at email: laurie.jiavaras@navy.mil. All responsible sources may submit a quotation which, if received in a timely manner, shall be considered by the agency. Closing date is 18 July, 2016 at 9:00 am ET. It is important to note that this form requesting a quote shall not be construed as obligating the Government to award a contract or authorizing work to commence and shall not serve as a basis for any future claims against the Government. Questions concerning the above shall be addressed to Laurie Paz Jiavaras at (732) 323-4188 or e-mail; laurie.jiavaras@navy.mil Attachments / Exhibits Attachment 1 - SOW Bldg 120 Contracts Furniture Attachment 2 - SOW Bldg. 150 HRO Furniture Attachment 3- Evaluation Plan Attachment 4 - SOW - Diagram B 120 Attachment 5 - SOW - Diagram B 150-B Attachment 6 - Air Force LKHR Voice ISP Cabling Spec Attachment 7 - CoSC ISP Installation Standards Attachment 8 - NAVAIR LKHR ISP Cabling Spec Attachment 9 - NAVAIR AutoCAD Layer List 3-27-12 Exhibit A - Contract Data Requirements List - 2.5 Reconfiguration
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-16-T-0333/listing.html)
 
Place of Performance
Address: NAVAIR Lakehurst, Building 150 & 120, Hwy 547, Lakehurst, New Jersey, 07833, United States
Zip Code: 07833
 
Record
SN04179956-W 20160714/160712235446-6472f683b0bcfa809c6417cf0f0e5c92 (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.