The RFP Database
New business relationships start here

Cabinet Shelves


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

Combined Synopsis/Solicitation
Solicitation Number: FA4613-17-Q-1017
Purchase Description: Cabinet Shelves

This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance withthe 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 Federal Business Opportunities (FBO) web-site as a Women-Owned Small Business (WOSB)


The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA4613-17-Q-1017, 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 337215, with a small business standard of 500 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) 2005-94 effective 19-Jan-17, Defense Federal Acquisition Regulation Supplement DPN 20161222 effective 22-Dec-16 and Air Force Federal Acquisition Regulation Supplement AFAC 2017-0127 effective 27-Jan-16.


DESCRIPTION OF ITEMS/SERVICES: All CLIN's F.O.B. Destination.


The contractor shall furnish cabinet shelves with the following characteristics (see attached drawings):
• Maximum size of 89" wide, 78" tall and 36" deep (or no more than 4" smaller).
• Kick plate included.
• Three columns of 11 adjustable shelves (12 shelves total).
• No wall attachment necessary.


CLIN 0001 :


Quantity: 1 Unit of Issue: Each




Unit Price:  $_______ Extended Price (Quantity X Unit Price):  $________

DELIVERY DATE(S): 30 Days after Award




PLACE OF DELIVERY:  F. E. Warren AFB


Responses/quotes MUST be received no later than Thursday, May 04, 2017; 1600 (Mountain Standard/Daylight Time). Forward responses by e-mail to trisha.lamarr@us.af.mil.


Offerors must ensure that their company is registered with System for Award Management (SAM) prior to award. For information refer to: https://www.sam.gov/portal/public/SAM/


APPLICABLE FAR CLAUSES:


INCORPORATED BY REFERENCE:


FAR 52.203-18 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation (Jan 2017)


FAR 52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)


FAR 52.204-7 - System for Award Management (Oct 2016)


FAR 52.204-13 - System for Award Management Maintenance (Oct 2016)


FAR 52.212-1 - Instructions to Offerors - Commercial Items (Jan 2017)


FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (Jan 2017)


FAR 52.212-5 - Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Jan 2017)


FAR 52.225-25 - Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representations and Certifications (Oct 2015)


FAR 52.232-39 - Unenforceability of Unauthorized Obligations (Jun 2013)


DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials (Sep 2011)


DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights (Sep 2013)


DFARS 252.203-7005 - Representation Relating to Compensation of Former DoD Officials (Nov 2011)


DFARS 252.204-7004 - Alternate A, System for Award Management (Feb 2014)




DFARS 252.225-7001 - Buy American and Balance of Payments Programs - Basic (Dec 2016)

INCORPORATED BY FULL TEXT:




FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014): Award will be made to the offeror who is deemed responsible in accordance with the Federal Acquisition Regulation (FAR) and whose offer represents the lowest priced technically acceptable offer using the following evaluation
criteria:


(a) Technical Capability: Meets brand name or equal Government requirement/specifications as identified within each CLIN. Contractors providing "as equal" items must provide the manufacturer, model/parts numbers, and specification data adequate in determining whether the products meet the salient features provided for in the solicitation. For supplies the Government will consider offers/quotes only from "authorized resellers/distributors" of the offered manufacturers.


(b) Price: 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.


(c) Past Performance: Will be evaluated as Acceptable or Unacceptable based on past performance information obtained from any other sources available to the Government, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS). In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance.


Past Performance Evaluation Ratings
Rating Description
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 offeror's performance record is unknown.
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.


Offers/Quotes must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items) (DEC2014) or indication that offeror representations and certifications are in System for Award Management (SAM).


FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998)


This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these addresses:


http://farsite.hill.af.mil/VFFARa.htm
http://farsite.hill.af.mil/VFDFARa.htm
http://farsite.hill.af.mil/vfaffara.htm


FAR 52.252-2 -- Clauses Incorporated by Reference (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these addresses:


http://farsite.hill.af.mil/VFFARa.htm
http://farsite.hill.af.mil/VFDFARa.htm
http://farsite.hill.af.mil/vfaffara.htm


FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Jan 2017)


This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these addresses:


http://farsite.hill.af.mil/VFFARa.htm
http://farsite.hill.af.mil/VFDFARa.htm
http://farsite.hill.af.mil/vfaffara.htm


FAR 52.212-18 - Place of Manufacture (Mar 2015)




(a) Definitions. As used in this clause-
"Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except-
(1) FSC 5510, Lumber and Related Basic Wood Materials;
(2) Federal Supply Group (FSG) 87, Agricultural Supplies;
(3) FSG 88, Live Animals;
(4) FSG 89, Food and Related Consumables;
(5) FSC 9410, Crude Grades of Plant Materials;
(6) FSC 9430, Miscellaneous Crude Animal Products, Inedible;
(7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products;
(8) FSC 9610, Ores;
(9) FSC 9620, Minerals, Natural and Synthetic; and
(10) FSC 9630, Additive Metal Materials.




"Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture.


(b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly-


(1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or




(2) [ ] Outside the United States.
(End of provision)




252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)


(a) Definitions. As used in this clause--


"Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization.


"Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).


"Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system.


(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.


(c) WAWF access. To access WAWF, the Contractor shall--


(1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and


(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site.


(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/.


(e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol.


(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:


(1) Document type. The Contractor shall use the following document type(s).


INVOICE AND RECEIVING REPORT (COMBO)


(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.


Not Applicable


(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.


Routing Data Table


Field Name in WAWF Data to be entered in WAWF
Pay Official DoDAAC F87700
Issue By DoDAAC FA4613
Admin DoDAAC FA4613
Inspect By DoDAAC F1Y2AA


Ship To Code F1Y2AA


Service Approver (DoDAAC) F1Y2AA


Service Acceptor (DoDAAC) F1Y2AA 


(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.


(5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system.




Acceptor email address.
trisha.lamarr@us.af.mil

(g) WAWF point of contact.




(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.


http://www.aptac-us.org/ ;




(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.
(End of Clause)




5352.201-9101 OMBUDSMAN (Jun 2016)


(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 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, concerned parties may contact the Center/MAJCOM ombudsmen, AFICA/KG Col Fiona A Christianson, 66 Kennedy Avenue, Barksdale AFB, LA 71110, Phone: (318) 456-6336, email: ig.afica_kg.workflow@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067.


(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)




5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012)
(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.
(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass.
(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.
(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with[insert any additional requirements to comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management] citing the appropriate paragraphs as applicable.
(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.
(f) Failure to comply with these requirements may result in withholding of final payment.
(End of clause)


 




Trisha M. Lamarr, Contract Specialist, Phone 3077733215, Fax 207-773-4161, Email trisha.lamarr@us.af.mil - Larry N. Barto, Contracting Officer, Phone 3077735686, Fax 307-773-4161, Email larry.barto.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP