SOLICITATION NOTICE
71 -- 418th Office Furniture
- Notice Date
- 4/29/2025 9:37:16 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- FA9302 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Solicitation Number
- FA930225Q0029
- Response Due
- 5/8/2025 11:00:00 AM
- Archive Date
- 05/10/2025
- Point of Contact
- Abel Alcantar, Anne Beach
- E-Mail Address
-
abel.alcantar.1@us.af.mil, anne.beach@us.af.mil
(abel.alcantar.1@us.af.mil, anne.beach@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- amendment 003 - 29 APR 2025 update Q&A titled with v2 amendment 002 - 28 APR 2025 posted Q&A amendment 001 - 28 APR 2025 The deadline for submitting site visit contact information has been extended to April 29, 2025, from the original date of April 22, 2025 This is a Combined Synopsis/Solicitation for the acquisition of Office Furniture. Please see attached Statement of Requirements (SOR) and SF 1449 for further details. (i) This is a combined synopsis/solicitation for commercial services 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. The Simplified Acquisition Procedures (FAR 13.5) will be used for requirement. (ii) Solicitation Number: FA930225Q0029 **Please provide the full solicitation number on all packages** Interested parties who believe they can meet all the requirements for the services described in this synopsis are invited to submit, in writing, a complete quote. Offerors may utilize the attached SF1449 to complete quote information in addition to a separate quote (in PDF format); ensuring the quote contains information and pricing for all contract line items (CLINs) included on the SF1449. Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted. This solicitation is issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2025-03, DFARS Change 01/17/2025 and DAFAC 2024-1016. (iv) THIS REQUIREMENT WILL BE: Set Aside 100% to a Small Businesses. The North American Industry Classification System (NAICS) number for this acquisition is 337214 �Office Furniture (Except Wood) Manufacturing� with a size standard of 1,100 employees (v) Delivery: Period of Performance will be date of award � 50 DARO. (vi) The provision at FAR 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services (Sep 2023), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/. Offerors shall prepare their quotations in accordance with FAR 52.212-1. In addition, the following information shall be included: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE: 1. SAM UEI: 2. TIN Number: 3. CAGE Code: 4. Contractor Name: 5. Payment Terms (NET 30) or Discount: 6. Point of Contact Name and Phone Number: 7. Email address: 8. Warranty: 9. Date Offer Expires: 10. FOB Destination: 11. Estimated Delivery Lead Time: 12. Completed copy of FAR 52.212-3, Alt I, Offeror Representations and Certifications�Commercial Products and Commercial Services (Feb 2024) � or - notification that FAR 52.212-3 representations and certifications are available on SAM.gov (vii) The provision at FAR 52.212-2, Evaluation�Commercial Products and Commercial Services (Nov 2021) applies to this acquisition. ***Please read the evaluation criteria closely. If vendor does not provide a full response, it will be found unresponsive*** IMPORTANT ***** A site visit will be conducted on 02 MAY 2025 at 10:00 a.m. All vendors attending must submit a request via email to abel.alcantar.1@us.af.mil and anne.beach@us.af.mil no later than Tuesday at 1:30 pm PST 29 APR 2025. Late requests will NOT be accepted. This is NOT mandatory, but HIGHLY encouraged you to attend. *****The site visit involves two security checkpoints. Initial access is granted at the West Gate Visitor Center followed by a secondary security check upon arrival at the facility. To ensure a productive site visit, please be advised that access to the installation will ONLY be granted to pre-approved vendors who arrive at the designated time. Late arrivals or vendors without a submitted request will NOT be permitted entry. Visiting Center Address 1004 Rosamond Blvd Edwards AFB , CA 93524 Facility Address 418TH Flight Test Squadron 35 North Flightline Drive Bldg. 1623 Edwards, CA 93524 Please have the following documentation when arriving at the visiting center: -Valid driver�s license or Photo identification compliant with the REAL ID Act. (Extended to May 2025) -Current vehicle registration (physical copy) -Proof of vehicle insurance or rental agreement/receipt (physical is best, but via app or photo is authorized) Please Include the following information for all contractor employee(s) who will be in attendance for the site visit. Request must be sent via email to abel.alcantar.1@us.af.mil and anne.beach@us.af.mil no later than Tuesday at 1:30 pm PST 22 APR 2025.: Name: Company Name: Date of Birth: Last 4 of your Social Security Number: Phone Number: Driver's License Number: US Citizenship: ****** We ask that you arrive at Edwards AFB, CA with enough time to be processed through the visitor's center (West Gate Entrance) and at the facility. Please note that facility access will be restricted after 10:00 AM. Late arrivals will not be granted entry. ****** For the site visit within the facility, no electronics in the classified area, you may bring a digital measurement tape but nothing that is link to a GPS or a phone. No phones or smart watches, no cameras as well. ******All inquiries pertaining to this solicitation should be submitted electronically via email. The solicitation provides that quotations will be evaluated using Lowest Price Technically Acceptable (LTPA). The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The agency will first rank quotations according to price, from lowest to highest, and will evaluate the lowest-priced quotation as either technically acceptable or unacceptable, reserving the right to evaluate additional quotations for technical acceptability if deemed to be in the best interest of the government. Evaluation Factors: 1. Price 2. Technically Acceptability. The ability to provide the office furniture will be assigned ratings of satisfactory or unsatisfactory. The Government will award a purchase order resulting from the RFQ to the responsible offeror whose quote is responsive to the RFQ and considered to be the LTPA. (viii) Offerors shall include completed copies of applicable provisions, which are included in the SF1449. Offers will be considered incomplete if these are not included with the quote. (iv) The clause at FAR 52.212-4, Contract Terms and Conditions�Commercial Products and Commercial Services (Nov 2023), applies to this acquisition. (x) The clause at FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services (Feb 2024), applies to this acquisition. (xi) Additional Contract Requirement or Terms and Conditions: Please find a contemplated list of additional provisions/clauses in the attachments; the final list of clauses is dependent upon actual dollar value of the contract award and may change from those provided in the attachment. Full text for the clauses and provisions can be accessed via https://www.acquisition.gov/ (xii) Defense Priorities and Allocation System (DPAS): N/A (xiii) Quote Submission Information: It is the government�s intent to award without discussions. Therefore, each initial quote should contain the offeror�s best terms from a price and technical standpoint. However, the government reserves the right to conduct discussions if the Contracting Officer (CO) determines that discussions are necessary. Offers are due by 08 May 2025 at 11:00 AM, Pacific Standard Time (PST). Offers must be sent via email to both Abel Alcantar (abel.alcantar.1@us.af.mil) AND Anne Beach (anne.beach@us.af.mil). No late submissions will be accepted. (xiv) For additional information regarding this solicitation contact: Primary Point of Contact Abel Alcantar Contract Specialist Abel.alcantar.1@us.af.mil@us.af.mil Secondary Point of Contact: Anne Beach Contracting Officer anne.beach@us.af.mil QUESTION PERIOD: The period for questions regarding this RFQ will end at 4:00 PM PDT on 05 May 2025. Please send all questions to the buyer via email at Abel.alcantar.1@us.af.mil@us.af.mil . Phone inquiries are not available currently. All questions and answers will be posted to this RFQ.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/762c9b9d7a7645bb85c65171d9644a8e/view)
- Place of Performance
- Address: Edwards, CA 93524, USA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN07425300-F 20250501/250429230056 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |