JICC Furniture Console Removal and Installation
COMBINED SYNOPSIS/SOLICIATION ‘COMBO': JICC Furniture Removal and Install (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, ... COMBINED SYNOPSIS/SOLICIATION ‘COMBO': JICC Furniture Removal and Install (i) 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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation FA4877-19-Q-0448 is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06 effective 10 September 2019, Defense Procurement Notice 20190820 effective 20 August 2019, and AFAC 2018-0525 effective 25 May 2018. (iv) The set aside for this acquisition is for total small business with an associated North American Industrial Classification System (NAICS) of 337212 - Office Furniture (except wood) Manufacturing, with a small business size standard of 500 employees. (v) The government intends to award a firm-fixed price contract for the following: CLIN: 0001 [Qty. 1: BD] - JICC-D Furniture Console Removal and Installation **See performance work statement for extended details. (vi) Delivery Information: Delivery shall be Free On Board (FOB) Destination. Final destination address will be made available at time of award. (vii) Evaluation Criteria: The Government intends to award to the offeror whose quote is the lowest priced technically acceptable. Technical acceptability is defined and referred to within this solicitation as the offeror's capability to meet the defined salient characteristics of the product as delineated in this document, and its attachment(s). The Government intends to evaluate offers and award without conducting discussions, which is subject to the discretion of the Contracting Officer. Therefore, the initial quotation should contain the offerer's best terms from a price and technical standpoint. Offers that fail to submit required representations and information requested under this solicitation thereby reject the terms and conditions and shall be excluded from consideration. *The Government reserves the right to make multiple or no award. (viii) Important Dates/Times: (All Times are Arizona Local Time) a. Optional Non-Mandatory Site Visit/Survey at Davis Monthan AFB will be held on Monday, 23 September 2019, and will begin at 09:00 a.m. (Requested that interested vendors arrive at least 15-20 minutes beforehand.) b. Questions are due by Tuesday, 24 September 2019 at 2:00 p.m. c. Answers are due Wednesday, 25 September 2019 at 2:00 p.m. d. All quotes shall be submitted by Thursday, 26 September 2019 at 2:00 p.m. **It is the responsibility of the vendor to ensure their quote is submitted via email on time and to the points of contact included below. All amendments to this solicitation will be made available on the Governmentwide point of entry, fbo.gov. (ix) Point of Contract: a. Primary: Juan Sanchez III, juan.sanchez.35@us.af.mil, 520-228-2377 b. Alternate: Richard Snyder, richard.snyder.12@us.af.mil, 520-228-5484 (x) Provisions and Clauses: 1. FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct 2018) is hereby incorporated by reference, with the same force and effect if it were given in full text. 2. FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014) is hereby incorporated by reference, to include the following excerpt, with the same force and effect if it were given in full text. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer confirming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: - Technical Capability - Price 3. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2014), is hereby incorporated by reference, with the same force and effect as if it were given in full text. 4. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (May 2019), is hereby incorporated by reference, with the same force and effect as if it were given in full text. 5. Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 2018), with their quotation. **Additionally, the following also apply to this solicitation: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 2011-09 SEC I 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 2013-09 SEC I 252.203-7005 Representation Relating to Compensation of Former DoD Officials. As prescribed in 203.171-4(b), insert the following provision: 2011-11 SEC K 252.204-7003 Control of Government Personnel Work Product. 1992-04 SEC I 252.204-7006 Billing Instructions. 2005-10 SEC G 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. 2016-05 SEC I 252.206-7000 Domestic Source Restriction 1991-12 SEC K 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism. 2019-05 SEC I 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 2018-01 SEC L 252.223-7008 Prohibition of Hexavalent Chromium. 2013-06 SEC I 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings. 2011-06 SEC I 252.225-7048 Export-Controlled Items. 2013-06 SEC I 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 2018-12 SEC G 252.232-7010 Levies on Contract Payments. 2006-12 SEC I 252.243-7001 Pricing of Contract Modifications. 1991-12 SEC I 252.244-7000 Subcontracts for Commercial Items 2013-06 SEC I 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003) 2011-11 SEC I Deviation 2019-O0003 2019-01 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. 2017-01 SEC I 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 2018-10 SEC I 52.204-16 Commercial and Government Entity Code Reporting. 2016-07 SEC I 52.204-18 Commercial and Government Entity Code Maintenance. 2016-07 SEC K 52.204-7 System for Award Management. 2018-10 SEC I 52.222-19 Child Labor-Cooperation with Authorities and Remedies. 2018-01 SEC I 52.222-21 Prohibition of Segregated Facilities. 2015-04 SEC I 52.222-26 Equal Opportunity. 2016-09 SEC I 52.222-37 Employment Reports on Veterans. 2016-02 SEC I 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. 2011-08 SEC I 52.225-13 Restrictions on Certain Foreign Purchases. 2008-06 SEC I 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act. 2014-05 SEC I 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. 2018-10 SEC I 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 2013-12 SEC I 52.212-1 Instructions to Offerors-Commercial Items. 2018-10 SEC F 52.222-50 Combating Trafficking in Persons. 2019-01 SEC I 52.202-1 Definitions. 2013-11 SEC I 52.223-6 Drug-Free Workplace. 2001-05 SEC I 52.247-34 F.o.b. Destination. 1991-11 SEC F 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form). 1984-04 SEC I 52.253-1 Computer Generated Forms. 1991-01 SEC I
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »