The RFP Database
New business relationships start here

128ARW Wall Displays


Wisconsin, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

(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 W912J2-19-Q-5012 is issued as a Request for Quotation (RFQ).

(iii) All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, effective 26 Oct 2018, and Defense Acquisition Circular, effective 31 Oct 2018.

(iv) This RFQ is set-aside for small business concerns. The associated NAICS code is 541410 Interior Design Services with a small business size standard of $7.5M.

(v) The Wisconsin Air National Guard is seeking the following line items:
CLIN 0001 Wall #1 Background in Conference Room
CLIN 0002 Wall #2 History in Conference Room
CLIN 0003 OPTION 1: Wall #3 Commanders in Hallway
CLIN 0004 OPTION 2: Wall #4 Values in Hallway
CLIN 0005 Contractor Manpower Reporting


(vi) Description of requirement: The WI Air National Guard requires a service to conceptualize, design, construct, and install wall displays in the HQ hallway and conference room. See attached Performance Work Statement (PWS) for specifications.

**A site visit will be held on Wednesday, July 10 at 2:00pm CST at 1919 E Grange Ave, Milwaukee, WI, Bldg 512, Large Conference Room. Please complete ARW Form 11, Visitor Access and email to kristin.n.zahn.mil@mail.mil NLT Friday, July 5th in order to receive base access.

(vii) A firm fixed price contract is anticipated. Place of performance will be at 128th Air Refueling Wing, 1919 E Grange Ave, Milwaukee, WI, 53207. Displays shall be constructed and installed as soon as possible after award.

(viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (DEVIATION 2018-O0013), applies to this acquisition.
Instructions to Offerors:
1. Quotes in response to this solicitation must include the Offeror's CAGE Code or DUNS Number.
2. Quotes must be valid through September 30, 2019.
3. Provide pricing using the CLIN structure in (v).
4. Provide example design and drawings for each CLIN based on the specifications in the PWS.
5. Provide estimated schedule.
6. Provide relevant past performance (if any).
7. The government is only responsible for approved work, the contractor proceeds at their own risk without prior government approval. Government will approve final design after award.


(ix) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer will be most advantageous to the government; price, technical acceptability and past performance of all items are the evaluation criteria. This is a best value decision. Technical capability and relevant past performance, when combined, will be approximately equal to price. Offerors are advised that award will be made to that offeror whose proposal provides the combination of features that offers the best or greatest overall value to the Government. The Government is more concerned with obtaining performance capability superiority rather than lowest overall cost. However, the Government will not make an award at a significantly higher overall cost to the Government to achieve only slightly superior performance. Overall cost to the Government may become the ultimate factor for award of a contract as proposals become more equal based on other factors.


Technical factors:
1. Appropriateness/creativity of concept and design
2. Quality level of fabricated design
3. Delivery date for final installation.


Past Performance:
The Government will evaluate the quality, timeliness, and management of the offeror's past performance considering currency, relevancy, sources, context, and trends on recent (within the last 3 years) projects performed. Past Performance will be rated on an acceptable or unacceptable basis using this rating:

Acceptable - Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offerer's performance record is unkown.

Unacceptable - Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort.

Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown (or "neutral") past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered "acceptable."


(x) The offeror must include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with a quote, or be currently registered in the SAM website with Representations and Certifications completed.


(xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.

(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Any additional clauses cited in FAR 52.212-5 are listed in section xiii.

(xiii) The following additional agreement requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition:
52.217-5 Evaluation of Options - Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).

In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF.

The following clauses and provisions are incorporated by reference into this solicitation. Full text is available at http://farsite.hill.af.mil.
52.204-7 System for Award Management
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204-18 Commercial and Government Entity Code Maintenance
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.222-3 Convict Labor
52.222-19 Child Labor - Cooperation with Authorities and Remedies
52.222-50 Combating Trafficking in Persons
52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer-System for Award Management
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.252-2 Clauses Incorporated by Reference (http://farsite.hill.af.mil)
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.232-7010 Levies on Contract Payments
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.244-7000 Subcontracts for Commercial Items
252.247-7023 Transportation of Supplies by Sea


(xiv) DPAS Rating does not apply to this acquisition.

(xv) Quotes must be received no later than the time and date indicated on this RFQ. Package must be emailed to kristin.n.zahn.mil@mail.mil. It is your responsibility to make sure your quote is received.

(xvi) All questions shall be in writing. Questions shall be emailed to MSgt Kristin Zahn at kristin.n.zahn.mil@mail.mil. Questions not received within a reasonable time prior to the response date may not be answered.


Kristin Zahn, Contract Specialist, Phone 4149448517, Email kristin.n.zahn.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP