Wyoming Bids > Bid Detail

Custom Tables – Loftis Conference Room

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 71 - Furniture
Opps ID: NBD00159356105124003
Posted Date: Sep 14, 2023
Due Date: Sep 15, 2023
Solicitation No: FA461323Q1047
Source: https://sam.gov/opp/aeae7e0e9a...
Follow
Custom Tables – Loftis Conference Room
Active
Contract Opportunity
Notice ID
FA461323Q1047
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE GLOBAL STRIKE COMMAND
Office
FA4613 90 CONS PK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Sep 13, 2023 05:48 pm MDT
  • Original Published Date: Aug 25, 2023 04:08 pm MDT
  • Updated Date Offers Due: Sep 15, 2023 10:00 am MDT
  • Original Date Offers Due: Sep 08, 2023 10:00 am MDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 30, 2023
  • Original Inactive Date: Sep 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7110 - OFFICE FURNITURE
  • NAICS Code:
    • 337214 - Office Furniture (except Wood) Manufacturing
  • Place of Performance:
    FE Warren AFB , WY 82005
    USA
Description View Changes

AMENDMENT 1 - Added Attachment 3, Clauses and Provisions; Revised "Description of Item"; Added FAR 52.211-6 Brand Name or Equal



AMENDMENT 2 - Revised delivery date from 90 days to 130 days, Revised TOTAL PRICE description





Combined Synopsis/Solicitation

Solicitation Number: FA461323Q1047

Purchase Description: Custom Tables – Loftis Conference Room



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 website as a 100% Total Small Business Set Aside.



The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461323Q1047, as a Request for Quote using FAR Part 12, Acquisition of Commercial Items, and FAR part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 337214, with a small business size standard of 1,100 employees.



The Government intends to award one (1) Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation FAC Number 2023-05 effective 7 September 2023, Defense Federal Acquisition Regulation Supplement Change Number DFARS Change 08/17/2023 and Department of the Air Force Federal Acquisition Regulation Supplement Change Number DAFAC 2023-0707 effective 7 July 2023.



DESCRIPTION OF ITEM:

This requirement is for nine (9) custom tables that will present a professional, modern, and sleek appearance equal to Fulbright Glass Board products and in accordance with (IAW) Attachment 1, Salient Characteristics. This requirement will also include the removal and disposal of existing tables, as well as the assembly and installation of the new tables. The removal and installation process will not exceed 4 consecutive business days.



The requested tables are based off of the following Fulbright item discription:



RECTANGLE 1/4" STARPHIRE BACK PAINTED 4 PIECE TOP

INCLUDES: 1" WOOD SUB TOP WITH BEVELED EDGES

1/4" POLISHED GLASS ON 1" BEVELED WOOD EDGE

FULBRIGHT STANDARD COLOR

(6) BRUSHED ALUMINUM PANEL BASES

INCLUDES: 10" HIGH BRUSHED ALUMINUM MODESTY PANEL

MANUFACTURER: FULBRIGHT GLASS BOARDS



THIS IS A BRAND NAME OR EQUAL PROCUREMENT.



CLIN Structure:



CLIN 0001

One (1) each backed glass table, 21’ 4” long.

Unit Price $_______



CLIN 0002

One (1) each backed glass table, 18’ 6” long.

Unit Price $_______



CLIN 0003

One (1) each backed glass table, 15’ 10” long.

Unit Price $_______



CLIN 0004

One (1) each backed glass table, 22’ long.

Unit Price $_______



CLIN 0005

One (1) each backed glass table, 17’ long.

Unit Price $_______



CLIN 0006

One (1) each backed glass table, 12’ long.

Unit Price $_______



CLIN 0007

One (1) each backed glass table, 14’ 4” long.

Unit Price $_______



CLIN 0008

One (1) each backed glass table, 11’ 10” long.

Unit Price $_______



CLIN 0009

One (1) each backed glass table, 9’ 4” long.

Unit Price $_______





TOTAL PRICE $ ____________________

TOTAL PRICE shall include ALL costs associated with this requirement, including, but not limited to shipping and delivery, removal and disposal of existing tables, assembly and installation of the new tables.





DELIVERY DATE: Contract must be completed within 130 calendar days after contract award. Assembly and installation of the customized tables must be completed within 4 consecutive days.

PLACE OF DELIVERY: F.E. Warren AFB, Wyoming. FOB Destination.



Questions MUST be received no later than 31 August 2023; 10:00 AM Mountain Time by e-mail to maria_lourdes.bustillo@us.af.mil and chad.evans.19@us.af.mil



Quotes MUST be received no later than 15 September 2023; 10:00 AM Mountain Time by e-mail to maria_lourdes.bustillo@us.af.mil and chad.evans.19@us.af.mil



Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at the time an offer is submitted. Failure to do so will result in the offer being deemed ineligible for award.



APPLICABLE FAR CLAUSES:

All applicable Provision/Clauses can be found in Attachment 3 – Provisions and Clauses. The following are instructions and evaluation factors pulled from the Provision/Clauses document specific to this combined synopsis/solicitation for easier viewing for the vendor.



(ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS -- Commercial Items

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. (if applicable)

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 may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable, therefore, unawardable.

5) Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:

(n) 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.



DELIVERABLES:

1) Price quote which identifies the requested item(s), inclusive of ALL costs, i.e. shipping, delivery, assembly, installation, removal and disposal of existing tables.

2) Total Firm Fixed price

3) Any Discount Terms

4) Contract Completion – 130 days after contract award, assembly and installation completed within 4 consecutive days

5) Technical Submission Requirements - the quote shall contain a description including part number and title for each item listed in the solicitation to allow the Government to verify that the quoted parts match the requirements listed. Brochures, photos, and specifications are required showing minimum requirements are met as listed on this solicitation and Attachment 1, Salient Characteristics

6) Cage Code

7) Company name, physical address, point of contact, phone number, and email address.

(End of provision)



FAR 52.212-2 Evaluation – Commercial Products and Commercial Services (Nov 2021)

FAR 52.212-2 is hereby tailored as follows:

(a) 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 other factors considered. The following factors shall be used to evaluate offers:

i. Technical acceptability of the product offered: Brochures, photos and specifications are required showing minimum requirements as listed on this solicitation and Attachment 1, Salient Characteristics.

ii. Price: Award will be made to the lowest priced technically acceptable quote. 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 (if required) to the extent required to determine the reasonableness of the offered prices.

iii. The Government will evaluate quotes for technical acceptability, but will not rank the quotes by the non-price factors. If the Government receives fewer than three (3) initial quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives three (3) or more initial quotes, the Government will only select the three (3) lowest priced quotes and then evaluate them for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government’s best interest to do so.

(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of Provision)



AFFARS 5352.201-9101 AFGSC Ombudsman (JUL 2023)

(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 interested 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 ombudsman, for AFGSC (Air Force Global Strike Command) acquisitions please contact the Director of Contracts, Air Force Installation Contracting Center, Operating Location – Global Strike (AFICC/KG OL-GSC) via the following e-mail workflow address: ig.afica_kg.workflow@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, 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)



DAFFARS 5352.223-9001 Health and Safety on Government Installations (JUL 2023)

(a) In performing work under this contract on a Government installation, the contractor shall:

(1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety

of contractor and Government personnel performing or in any way coming in contact with the

performance of this contract; and

(2) Take such additional immediate precautions as the contracting officer may reasonably require for

health and safety purposes.

(b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health

(AFOSH) Standards and/or health/safety standards as may be required in the performance of this

contract and any adjustments resulting from such direction will be in accordance with the Changes

clause of this contract.

(c) Any violation of these health and safety rules and requirements, unless promptly corrected as

directed by the contracting officer, shall be grounds for termination of this contract in accordance

with the Default clause of this contract.

(End of clause)



DAFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (JUL 2023)

(a) Contractors shall not:

(1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or

(2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order.

[Note: This prohibition does not apply to manufacturing.]

(b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086 ) are Class I ODSs:

(1) Halons: 1011, 1202, 1211, 1301, and 2402;

(2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and

(3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide.

[NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.]

(End of clause)



FAR 52.211-6 Brand Name or Equal (Aug 1999)



(a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation.



(b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-



(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;



(2) Clearly identify the item by-



(i) Brand name, if any; and



(ii) Make or model number;



(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and



(4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications.



(c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.



(d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.



(End of provision)



ATTACHMENTS

Attachment 1 – Salient Characteristics

Attachment 2 – Conference Room Layout



Attachment 3 - Clauses and Provisions


Attachments/Links
Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 307 773 3888 7505 BARNES LOOP BLDG 208
  • FE WARREN AFB , WY 82005-2860
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >