Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2016 FBO #5378
SOLICITATION NOTICE

71 -- Stand-Up Desks

Notice Date
8/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
 
ZIP Code
33621-5119
 
Solicitation Number
FA481416TF038
 
Archive Date
9/3/2016
 
Point of Contact
Gabrielle Arrazcaeta, Phone: 8138286570
 
E-Mail Address
gabrielle.arrazcaeta@us.af.mil
(gabrielle.arrazcaeta@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
REQUEST FOR QUOTE This is a combined synopsis/solicitation for a commercial supply and/or service 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 solicitation; proposals are being requested and a written solicitation will NOT be issued. This is a Request for Quote (RFQ) and the solicitation number is FA481416TF038. This acquisition is a 100% small business set aside. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: DESCRIPTION OF REQUIREMENT: Brand name or equal Stand up desks (Varidesk) CLIN Manufacturer/Organization SKU # QTY 0001 VARIDESK: SOCOM- JSOU Pro Plus 36 49900 68 EA 0002 VARIDESK: SOCOM- FMD Cube Corner 48 49931 65 EA Cube Plus 48 49921 10 EA The Mat 34 47640 75 EA 0003 VARIDESK: SOCOM- J6 Pro Plus 36 49900 7 EA Cube Corner 36 27 EA Cube Corner 48 49931 8 EA Cube Plus 48 49921 8 EA PRODUCT DESCRIPTION- Any or Equal items MUST meet all characteristics below. • Product MUST be black • Keyboard deck lifts with the display surface • Max extension height: 17.625" (desktop) & 14" (keyboard) • Requires minimal effort, less than 10 pounds of force to raise or lower the desk • "Gravity mounts" on desk top with no physical attachment to the desk required • Must include shelves for monitor, keyboard and mouse • Spring-assisted lift • Width must come in three configurations: o Single monitor (30-36") o Dual monitor-straight (42-48" o Dual monitor-corner (42-48") • Work surface size: 36"x29.75" (keyboard tray and desk) • Includes wire management system • Holds up to 35 lbs. of weight • Free companion app gives you sit and stand alerts • Delivered fully assembled BASIS OF AWARD This is a Brand Name or Equal requirement. Any Or Equal proposal received will be sent to the technical advisor for compatibility or functionality. Award will be made to the lowest priced quote deemed technically acceptable. The Government also reserves the right to make no award at all. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87 Effective 14 July 2016, DFAR DPN 20160630, and AFFAR AFAC 2015-1001. The North American Industry Classification System code (NAICS) is 337214, Office Furniture Manufacturing. The Standard Industrial Classification (SIC) is 7110, Office Furniture. A firm fixed price contract will be awarded. All interested parties must bid on all items. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DELIVERY ADDRESS: Products for CLIN 0001 will be delivered/installed to: Products for CLIN 0002 will be delivered/installed to: Products for CLIN 0003 will be delivered/installed to: JSOU 7701 Tampa Point Blvd Macdill AFB, FL 33621 FMD 7701 Tampa Point Blvd Macdill AFB, FL 33621 J6 7701 Tampa Point Blvd Macdill AFB, FL 33621 ATTN: MaryLee C. Jensen ATTN: Alana Hayward ATTN: Rob Edison PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7: System for Award Management; FAR 52.204-13: System for Award Management Maintenance; FAR 52.211-6: Brand Name or Equal; FAR 52.212-1: Instructions to Offerors-Commercial Items; FAR 52.212-3: Offeror Representations and Certifications - Commercial Items FAR 52.212-4: Contract Terms and Conditions FAR 52.219-1: Small Business Program Representations; FAR 52.222-22: Previous Contracts and Compliance Reports FAR 52.223-10: Waste Reduction Program FAR 52.225-25: Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications; FAR 52.232-39: Unenforceability of Unauthorized Obligations FAR 52.232-40: Providing Accelerated Payments to Small Business Subcontractors; FAR 52.246-16: Responsibility for Supplies FAR 52.247-34: F.O.B. Destination; FAR 52.252-1: Solicitation Provisions Incorporated by Reference. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by full text: FAR 52.212-3: Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://www.sam.gov for online submittal); FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.212-5: Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.204-10: Reporting Executive Compensation First-Tier Subcontract Awards; FAR 52.209-6: Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-6: Notice of Total Small Business Set-Aside FAR 52.219-28: Post Award Small Business Program 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: Equal Opportunity for Workers with Disabilities FAR 52.222-50: Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer-SAM; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.203-7000: Requirements Relating to Compensation of Former DoD officials; DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005: Representation Relating to Compensation of Former DoD officials; DFARS 252.204-7003: Control of government personnel work product; DFARS 252-204-7004 Alt A: System for Award Management DFARS 252.204-7008: Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012: Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.225-7001: Buy American and Balance of Payments Program DFARS 252.225-7048: Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of contract modifications; DFARS 252.247-7023, Notification of transportation of Supplies by Sea. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated in full text: DFARS 252.211-7003: Item Unique Identification and Valuation The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text: 5352.201-9101 Ombudsman. 5352.201-9101 Ombudsman (April 2015) (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, the interested party may contact the ombudsmen, Mr. Gregory S. Oneal, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, 618-229-0267, fax 618-256-6668, email: Gregory.Oneal@us.af.mil or Mr. Michael R. Wagner, AFICA/KP, 1940 Allbrook Drive, Bldg. 1, Wright-Patterson AFB, OH 45433, phone number (937) 257-5529, email: Michael.Wagner@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman levels, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431. (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. (End of clause) DEADLINE: Offers are due on Friday, 19 August 2016, by 10:00 a.m. EST. Submit offers or questions to the attention of Gabrielle Arrazcaeta, by email to gabrielle.arrazcaeta@us.af.mil or Alyson Allman at alyson.allman@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/FA481416TF038/listing.html)
 
Place of Performance
Address: 2610 Pink Flamingo Ave, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN04222452-W 20160814/160812235347-b2d6ea770ebe96eda79a132680f97a02 (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.