SOLICITATION NOTICE
71 -- LOFTIS Desks
- Notice Date
- 5/21/2025 1:33:03 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337211
— Wood Office Furniture Manufacturing
- Contracting Office
- FA4613 90 CONS PK FE WARREN AFB WY 82005-2860 USA
- ZIP Code
- 82005-2860
- Solicitation Number
- FA461325Q1020
- Response Due
- 5/27/2025 8:00:00 AM
- Archive Date
- 06/11/2025
- Point of Contact
- Amber Wiltanger, Donna Doss
- E-Mail Address
-
amber.wiltanger@us.af.mil, donna.doss.1@us.af.mil
(amber.wiltanger@us.af.mil, donna.doss.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Amendment 4: -Updated Attachment 3 � Response Form 21 May 25 -Added The inlay shall be made of wood or laser engraved and will be a silhouette of a Minuteman III Intercontinental Ballistic Missile (ICBM) mid-launch showing exhaust plume. It will be in-laid in the table surface, such that the table surface is flat and smooth. -Updated Attachment 1 � Performance Work Statement Amendment 3: -Missile inlay is not an optional CLIN and will be included in the contract -Updated evaluation 52.212-1 - Quotes that do not include all requested information in FAR 52.212-1 will be considered nonresponsive. -Added pricing must include all work to be performed IAW the PWS. The below CLIN structure Shall be used -updated technical approach -updated Attachment 3 � response form -updated Attachment 1 � PWS Amendment 2: -Added Attachment 8 _ Questions and Answers -Added Attachment 9 � Photos of Current Tables -Added that the resulting table surface must remain flat and smooth in regards to the missile inlay Amendment 1: -Updated Attachment 1 � Performance Work Statement -Added finish shall be natural colored -Added Attachment 7 � Missile Sample for an example of missile inlay design -Added specification on missile inlay. Missile inlay shall be a minute man III silhouette. If inlay options are exercised, inlay design must be approved prior to manufacturing. Sample design is provided on Attachment 7. -Added the front of the missile shall face towards the stage. -Updated that multiple tables may be used to reach the specified dimensions. If multiple tables are used, they must have seamless transitions. Combined Synopsis/Solicitation Solicitation Number: FA461325Q1020 Purchase Description: LOFTIS Desks Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to SAM.gov as a Total Small Business Set Aside. The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461325Q1020, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 337211, with a small business standard of 1,100 employees. The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAR) 2025-03 effective 17 January 2025, Defense Federal Acquisition Regulation Supplement (DFARS) effective 17 January 2025 and Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS) effective 16 October 2025. DESCRIPTION OF ITEMS/SERVICE: The 90th Operations Group requires all management, tools, supplies, equipment, and labor necessary to remove current tables and install new custom tables in accordance with all applicable federal, state, local laws and regulations, and the Performance Work Statement (PWS). Requirement Includes: Nine (9) tables with a finished height between 30�- 31�. Table dimensions required (see attached layout): 21�4� L x 24� W 18�6� L x 24� W 15�10� L x 24� W 22� L x 24� W 17� L x 24� W 12� L x 24� W 14�4� L x 24� W 11�10� L x 24� W 9�4� L x 24� W � All tables will be 24� deep. � Bottom of table must be 27� or higher to accommodate chairs. � Possess a 9� to 14� modesty panel running the table length made of metal or hardwood/solid wood. � Tabletops will be hardwood or solid wood with a polyurethane finish along with finished edges. � Finish shall be natural colored � Bases will be stainless steel metal or hardwood/solid wood. � Cable management and power ports are not required. � Lighting is not required. � Tables must support a minimum of 50 pounds each. � Tables must be leveled and stable. � The room has carpet for flooring Installation and Removal of Existing Equipment: The contractor is responsible for removal and disposal of existing wood tables with metal bases (approximately 150 linear feet), providing their own dumpsters, and installation of new tables. The removal and installation shall not exceed four (4) consecutive days (Monday-Thursday, Tuesday-Friday, etc). Site access hours are Monday-Friday, 0730 to 1630. No work will occur on Federal holidays. Work must be completed within 120 days after award. The installation room is on the first-floor level and no loading dock exists at the installation point. Multiple tables may be used to reach the specified dimensions. If multiple tables are used they must have seamless transitions. CLIN STRUCTURE: Pricing must include all work to be performed IAW the PWS. The below CLIN structure shall be used CLIN 0001: Table 21�4� L x 24� W Quantity: 1 Unit of Issue: Each Unit Price: $_____________ Extended Price (Quantity X Unit Price): $_______________ CLIN 0002: Table 18�6� L x 24� W Quantity: 1 Unit of Issue: Each Unit Price: $_____________ Extended Price (Quantity X Unit Price): $_______________ CLIN 0003: Table 15�10� L x 24� W Quantity: 1 Unit of Issue: Each Unit Price: $_____________ Extended Price (Quantity X Unit Price): $_______________ CLIN 0004: Table 22� L x 24� W Quantity: 1 Unit of Issue: Each Unit Price: $_____________ Extended Price (Quantity X Unit Price): $_______________ CLIN 0005: Table 17� L x 24� W Quantity: 1 Unit of Issue: Each Unit Price: $_____________ Extended Price (Quantity X Unit Price): $_______________ CLIN 0006: Table 12� L x 24� W Quantity: 1 Unit of Issue: Each Unit Price: $_____________ Extended Price (Quantity X Unit Price): $_______________ CLIN 0007: Table 14�4� L x 24� W Quantity: 1 Unit of Issue: Each Unit Price: $_____________ Extended Price (Quantity X Unit Price): $_______________ CLIN 0008: Table 11�10� L x 24� W Quantity: 1 Unit of Issue: Each Unit Price: $_____________ Extended Price (Quantity X Unit Price): $_______________ CLIN 0009: Table 9�4� L x 24� W Quantity: 1 Unit of Issue: Each Unit Price: $_____________ Extended Price (Quantity X Unit Price): $_______________ CLIN 0010: Missile Inlay Design Table 22� L x 24� W Quantity: 1 Unit of Issue: Each Unit Price: $_____________ Extended Price (Quantity X Unit Price): $_______________ CLIN 0011: Missile Inlay Design Table 12� L x 24� W Quantity: 1 Unit of Issue: Each Unit Price: $_____________ Extended Price (Quantity X Unit Price): $_______________ Total price: $_________________ Quote must provide separately priced CLINs for missiles inlay design on the 22� and 12� tables. Missile inlays shall be approximately 2 feet in length each with one inlay on each side of the table. Vendor shall submit photos of option missile inlay options with quote. Missile inlay shall be a minute man III silhouette. Inlay design must be approved prior to manufacturing. The front of the missile shall face towards the stage. The inlay shall be made of wood or laser engraved and will be a silhouette of a Minuteman III Intercontinental Ballistic Missile (ICBM) mid-launch showing exhaust plume. It will be in-laid in the table surface, such that the table surface is flat and smooth. Total price shall include all costs associated with this requirement including shipping, delivery, removal and disposal of existing tables, and assembly and installation of new tables. All CLINs F.O.B. Destination. LIST OF ATTACHMENTS: Attachment 1 � Performance Work Statement Attachment 2 � Salient Characteristics Attachment 3 � Response Form Attachment 4 � Clauses and Provisions Attachment 5 � Supplemental Clauses Attachment 6 � Site Visit Agenda Attachment 7 � Missile Sample Attachment 8 � Questions and Answers Attachment 9 � Photos of current Tables DELIVERY DATE: 120 days ARO PLACE OF DELIVERY: Francis E. Warren AFB, WY 82005 OTHER INFORMATION: Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at time of submission of quote. Failure to do so will result in the offer being deemed ineligible for award. SITE VISIT: A site survey will take place on Tuesday, April 29, 2025 and will begin at 1400 (Mountain Daylight Time). Interested parties need to provide notice of interest by e-mail to amber.wiltanger@us.af.mil and donna.doss.1@us.af.mil by Monday, April 28, 2025, by 0900 (Mountain Daylight Time). QUESTIONS: Questions shall be received no later than Monday. May 5, 2025 at 0900 a (Mountain Daylight Time). Forward responses by e-mail to amber.wiltanger@us.af.mil and donna.doss.1@us.af.mil. QUOTES: Responses/quotes MUST be received no later than Tuesday , May 27, 2025 at 0900 (Mountain Daylight Time). Forward responses by e-mail to amber.wiltanger@us.af.mil and donna.doss.1@us.af.mi. INSTRUCTIONS TO OFFERORS: Offerors shall comply with FAR 52.212-1 Instructions to Offerors � Commercial Products and Commercial Services (Sep 2023) FAR 52.212-1 is hereby tailored as follows: (1) Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1. (2) After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate. (3) The term �offeror� or �offer� as used in FAR 52.212-1 shall be understood to mean �quoter� and �quote,� respectively. Further, the term �award� shall be understood to describe the Government�s issuance of an order. (4) The Government will consider all quotes that are timely received and will not consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable. (5) Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows: 5.1 In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission: 5.1.1Completed copy of Attachment 3 � Response Form 5.1.2 Firm Fixed Pricing to include: a. Price Per CLIN and follows solicited CLIN structure b. Total Price c. Discount Terms (if applicable) d. Quote Number (if applicable) e. Quote Valid Until Date 5.2 Technical Approach: 5.2.1 Technical Approach must be a separate document that only identifies the name of the offeror once on the first page and must include the following: a. Proposed stain option(s) b. Material specs - wood type, metal type, and finish type as applicable for all items 1. Modesty Panels 2. Tables 3. Legs/bases c. Proposed missile inlay design with dimensions d. Proposed modesty panel dimensions e. Proposed table depth f. Bottom of table height (for chair accommodation) g. Maximum table weight capacity 5.3 Past Experience 5.3.1 Contractor shall provide two woodwork projects completed within the last two years serving as either the primary contractor or subcontractor responsible for contract performance and must include the following: a. Customer contract information: name, phone number, and email b. Summary of work c. Completion date Quotes that do not include all requested information in FAR 52.212-1 will be considered nonresponsive. EVALUATION: ADDENDUM TO FAR 52-212-2 EVALUATION�COMMERCIAL ITEMS (May 2024) Paragraph (a) is hereby replaced with the following: 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 representing the best value with price and other factors considered. Government has determined that best value is expected to result from selection of the technically acceptable offer with the lowest Total Evaluated Price (TEP); therefore, Government will evaluate offers based on lowest price technically acceptable (LPTA). Award will be made on the basis of the lowest TEP of offerors meeting or exceeding the acceptability standards for non-price factors. Quotes that do not include all requested information in FAR 52.212-1 and 5.1/5.2 will be considered nonresponsive. The following factor(s) shall be used to evaluate offers: 1. Price: 1.1. Government will rank offers received by lowest TEP and will then determine Technical Acceptability of each offer. If the Government receives three (3) offers or fewer, all quotes will be evaluated for Technical Acceptability. If the Government receives more than three (3) quotes, the Government will only select the three (3) lowest priced offers to evaluate for Technical Acceptability. If any of the three lowest priced offers are deemed Technically Unacceptable, the Government reserves the right to evaluate additional offers for technical acceptability if it is determined to be in the Government�s best interest. 1.2. Price will be evaluated using the TEP. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. Some of those techniques are, but not limited to, comparison of quoted prices received in response to the solicitation and/or comparison of quoted prices with the Independent Government Estimate. To be eligible for award an offeror�s TEP must be determined fair and reasonable. 1.3. Unbalanced pricing. Offerors are cautioned against submitting an offer that contains unbalanced pricing. Unbalanced pricing may increase performance risk and could result in payment of unreasonably high prices. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one (1) or more contract line items is significantly over or understated. The Government shall analyze offers to determine whether they are unbalanced with respect to separately priced line items or sub-line items. An offer that is determined to be unbalanced may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government. 1.4. Pricing must meet the requirements/specifications in FAR 52.212-1 in 5.1.2. No additional information from the offeror will be required if the price is based on adequate price competition.? In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. 2. Non-price Factor/Technical Evaluation: 2.1 The Government will evaluate the technical approach submitted IAW FAR 52.212-1 and assign an overall technical rating of �Acceptable� or �Unacceptable�. If all requirements identified are not provided, offeror will be considered nonresponsive to this solicitation and will not be eligible for award (End of Provision)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bc7f7a44c35b4d949381a2a8a006b0d9/view)
- Place of Performance
- Address: FE Warren AFB, WY 82005, USA
- Zip Code: 82005
- Country: USA
- Zip Code: 82005
- Record
- SN07451766-F 20250523/250521230049 (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 |