Modular Office Furniture
Combined Synopsis/Solicitation (IAW FAR 12.603) Solicitation Number: F3YCEB9084A102 Office Furniture This is a combined synopsis/solicitation for commercial items prepared in accordance with the forma... Combined Synopsis/Solicitation (IAW FAR 12.603) Solicitation Number: F3YCEB9084A102 Office Furniture This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation Number F3YCEB9084A102 is being issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05 This acquisition is issued as a,100% Small Business Set-Aside. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The North American Industry Classification System (NAICS) code is 337215. CLIN # Part Number/Noun Quantity Unit Unit Price Delivery Schedule 0001-AA HON Preside Table Typical, Brand Name or Equal Part Number: HTLC4272HCTP 2 Each 0002-AA HON Empower Task Chairs Brand Name or Equal Part Number: HIWM2 18 Each 0003-AA HON Voi Task Stools Brand Name or Equal Part Number: HITS5 6 Each 0004-AA HON Preside Table Stools Brand Name or Equal Part Number: HMG7 12 Each 0005-AA HON Voi Typical Modular Office Furniture Package Brand Name or Equal See attached item description for components listing 3 SE 0006-AA HON Empower Typical Office Furniture Package Brand Name or Equal See attached item description for components listing 3 SE Total Price: Contract Line Items (CLINs): Note: All CLINs are Firm Fixed Price (FFP) The Contractor shall: Cover all cost associated with all product and labor required for packaging, shipping and handling from vendor facility to Tinker AFB, Ok. Replace at no cost to the government any damaged materials or supplies to unit before completion. Provide all documentation regarding shipment tracking, receiving reports, invoices and completion of order letter . Delivery Information: SHIP TO ADDRESS F3YCEB Bldg. 3001 Staff Drive TINKER AFB OK 73145 FOB: Destination Inspection and Acceptance: Inspection and acceptance of the system will be performed at the place of performance. Competition Requirement: 100% Small Business Set-Aside NAICS Code: 337214 Size Standard: 1000 Employee’s Payment Information: Payments shall be made for items accepted by the Government that have been delivered to the delivery destination. NOTE: Offers requiring advanced or progress payments do not meet the term and conditions of this solicitation. Required Registration by all Contractors: In order to do business with the government, it is mandatory per Federal Acquisition Regulation (FAR) 52.212-3, Offeror Representations and Certifications – Commercial Items, which all offerors must be registered with: System for Award Management (SAM) (www.sam.gov) NOTE: Contact the POC on the website for information and guidance regarding these registrations Terms and Conditions; The following clauses are included but not limited to: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.212-1 Instructions to Offerors – Instructions to Offerors -- Commercial, applies to this acquisition. FAR 52.212-2 Evaluation Commercial items, Evaluation -- Commercial Items, 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 past performance considered. Any offeror must include a completed copy of the provision, FAR 52.212-3, Offeror Representations and Certifications. The government will award to the contractor who will be most advantageous to the government price and past performance. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders—Commercial Items, applies to this acquisition. The following clauses within 52.212-5 are included but not limited to: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment . 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor—Cooperation with Authorities and 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While 52.219-9, Small Business Subcontracting Plan 52.247-34 F.O.B. Destination 52.252-2 Clauses Incorporated by Reference The following DFARS clauses are included but not limited to: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.204-7004 Alt-A System for Award Management Alternate A 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.211-7003 Item Unique Identification and Valuation 252.232-7003 Electronic Submission of Payment Requests & Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions The following AFFARS are included but not limited to: 5352.201-9101, Ombudsman Standard Commercial warranties apply. Evaluation of Proposals: All offeror’s responses will be evaluated in accordance with FAR clause 52.212-2, Evaluation of Commercial Items. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13.5, Simplified Acquisition Procedures. The following factors shall be used to evaluate offers: (1) Price: award will be made to the lowest priced technically acceptable (LPTA) offeror. Contact Information Quotations are due: 18 December 2019 by 1:00 PM Central Standard Time (CST). Contact the following individual for information regarding this solicitation: A1C Thomas Prospere Jr (405) 739-4043 Contact Specialist Thomas.prospere@us.af.mil NOTE: Emailed proposals are preferred
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »