Wyoming Bids > Bid Detail

20th AF Conference Table

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 71 - Furniture
Opps ID: NBD00159408619157685
Posted Date: Aug 9, 2023
Due Date: Aug 14, 2023
Solicitation No: FA461323Q1033
Source: https://sam.gov/opp/0680a8df51...
Follow
20th AF Conference Table
Active
Contract Opportunity
Notice ID
FA461323Q1033
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFGSC
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: Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Aug 09, 2023 10:34 am MDT
  • Original Published Date: Jun 30, 2023 03:41 pm MDT
  • Updated Date Offers Due: Aug 14, 2023 10:00 am MDT
  • Original Date Offers Due: Jul 17, 2023 10:00 am MDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 29, 2023
  • Original Inactive Date: Aug 01, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7110 - OFFICE FURNITURE
  • NAICS Code:
    • 337211 - Wood Office Furniture Manufacturing
  • Place of Performance:
    FE Warren AFB , WY 82005
    USA
Description View Changes

Amendment 4 - Added Attachment 3 - Questions and Answers (2). Quotes must be submitted to trisha.lamarr@us.af.mil



Amendment 3 – Updated item to Brand name or equal with salient characteristics. Removed Attachment 2 – QnA. Add DFFARS 5352.201-9101. Extended questions due to 9 Aug 23 @ 10am MST. Extended quotes due to 14 Aug 23 @ 10 am MST.





Amendment 2 – Added Attachment 2 – Questions and Answers, updated item description.





Amendment 1 – Opened questions due by 10 Jul @ 10am MST; extended quote due date from 17 Jul to 20 Jul @ 10am MST.





Combined Synopsis/Solicitation



Solicitation Number: FA461323Q1033



Purchase Description: 20th AF Conference Room Table





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 the SAM.gov website as a Total Small Business Set Aside.





The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461323Q1033, 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 size standard of 1,000 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 Circular (FAC) 2023-04 effective 06/02/2023, Defense Federal Acquisition Regulation Supplement Change 06/09/2023 effective 06/09/2023 and Air Force Federal Acquisition Regulation Supplement Change 05/08/2023 effective 05/08/2023.





DESCRIPTION OF ITEMS/SERVICES: All CLINs F.O.B. Destination.





Brand Name or Equal to Audio Video Furniture International (AVFI)



AVF Part# T3600 36FR, AVF Part# T3600 36FR, AVF Part# T3600 EXT44, and AVF Part# CUB8




  • 55 – 60 inches wide

  • 180 – 186 inches total assembled length

  • 28.5 – 30 inches total assembled height

  • Boat shape

  • Thermowrap or laminate finish

  • Color: Hayward cherry or dark cherry

  • Table bases (defined as vertical pieces holding the table top off the ground) will be rectangular

  • Table bases must be at least 8 inches wide

  • Table bases must be at least 18 inches length

  • Table bases must have a removable panel or installed door allowing access to the inside of the table base

  • A single wiring channel will run underneath the length of the table, between the outer most table bases, down the middle

    • Wiring channel may also be referred to as wiring track, trough, or similar industry standard term



  • Wiring channel must connect all table bases

  • Wiring channel must be at least 4 inches high

  • Wiring channel must be at least 6 inches wide

  • Wiring channel will be mostly enclosed – open bottom is acceptable - open sides are unacceptable

  • Cable wells or access/trough doors must allow access to the wiring channel from the table top

  • There must be three cable wells or three access/trough doors

  • Table top must have custom cutouts for the three cable wells or three access/trough doors

  • Cable wells or access/trough doors must be positioned along the center line at the head, middle, and end of the table above or near above a table base

  • Cable wells or access/trough doors must allow complete access to the wiring channel when open

    • Cable wells or access/trough doors with pre-populated connections (power, rj-45, USB, etc.) are also acceptable but must allow the passthrough of at least six cables (not including pre-populated) similar in size to standard DisplayPort cables



  • Cable wells or access/trough doors must have spacing of .5 to 1 inch in the door to allow passthrough of cabling when completely closed





CLIN 0001: Conference Room Table



Quantity: 1 Unit of Issue: Each



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________





DELIVERY: 120 Days (please provide notice if delivery will take longer before quote due date)





PLACE OF PERFORMANCE: F. E. Warren AFB, WY





ATTACHMENTS:



Attachment 1 - Additional Applicable Provisions and Clauses





QUESTIONS must be received no later than Wednesday, 9 Aug 23 @ 10am MST. All questions must be submitted by email to trisha.lamarr@us.af.mil.





QUOTES must be received no later than Monday, 14 Aug 23 @ 10am MST. Forward responses by e-mail to trisha.lamarr@us.af.mil. Late quotes will not be accepted. All quotes must meet the requirements identified in FAR 52.212-1 & FAR 52.212-2, instructions provided below and in Attachment 1.





Receipt of your electronic submittal will be acknowledged via return email; if you do not receive an



acknowledgment, you are advised to call for confirmation. Please note, periodically, the Government’s e-mail system experiences delays; therefore, vendors are highly encouraged to contact the individual identified in this combined synopsis/solicitation to confirm delivery and receipt.





This RFQ is not authorization to begin performance and in no way obligates the Government for any costs incurred by the contractor for this requirement. The Government reserves the right not to award a contract in response to this combined synopsis. Prior to commencement of any activities associated with performance of this requirement, the Government will issue a written directive or contractual document signed by the Contracting Officer with appropriate consideration established.





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.





Offers/Quotes must include completed copy of provision at FAR 52.212-3 (Offeror Representations and



Certifications - Commercial Items) (Dec 2022) or indication that the offeror’s representations and certifications are in System for Award Management (SAM).





APPLICABLE FAR CLAUSES:



All applicable Provision/Clauses can be found in the Attachment 1. 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.





FAR 52.212-1 (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (MAR 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 may 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:





5.1.1 Cover page or a completed copy of Attachment 1 – Response Form to include the offeror’s:



5.1.1.1 Company Name and Company Doing Business As (if applicable)



5.1.1.2 Physical Address



5.1.1.3 Cage code and/or Unique Entity ID



5.1.1.4 Point of Contact



5.1.1.5 Phone number



5.1.1.6 Email address



5.1.1.7 Business Type



5.1.1.8 Delivery time





5.1.2 Firm Fixed Pricing to include:



5.1.2.1 Price Per Unit



5.1.2.2 Total Price



5.1.2.3 Discount Terms (if applicable)



5.1.2.4 Quote Number (if applicable)





5.1.3 Technical Capability



5.1.3.1 Quote must identify the make and model for each line item.



5.1.3.2 Quote must include product description that reflects the characteristics identified to show that the quality will satisfy the Government’s need.



5.1.3.3 Quote must include the standard commercial warranty for each line item.





EVALUATION:



ADDENDUM TO FAR 52-212-2 EVALUATION—COMMERCIAL ITEMS (Nov 2021)



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, price and other factors considered. Quotes that do not include all requested information in FAR 52.212-1 in 5.1.1 will be considered nonresponsive. Award will be made to the offeror with the lowest price technically acceptable (LPTA). The following factor(s) shall be used to evaluate offers:





1. Technical Capability: item must mees the Government requirement/specifications in the description. If all requested information is not provided or does not meet the requirements identified, the Government will determine the quote to be unacceptable.





2, Price:



2.1 The lowest priced quote will be evaluated for technical acceptability first. The Government will evaluate quotes for acceptability but will not rank the quotes by non-price factors. If the Government receives fewer than three (3) quotes, 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 quotes to evaluate 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.



2.2 Price will be evaluated using the total evaluated price (TEP) on the bottom-line price for the entire effort. 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. Prices must be determined fair and reasonable.



2.3 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.



(End of Provision)





52.211-6 Brand Name or Equal



As prescribed in 11.107(a), insert the following provision:



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)



5352.201-9101 AFGSC Ombudsman Oct 2019 (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 bidprotests, 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[1]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)


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 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 >