The RFP Database
New business relationships start here

Command Center Consoles


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

This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in 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.

1. The solicitation number is F3G3HA7321AW01. This solicitation is issued as a Request for Quote (RFQ).


2. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective 19 Jan 2017.


3. This requirement is solicited 100% Small-Business set-aside, and the associated NAICS code is 337211 - Wood Office Furniture Manufacturing.


4. Below is the contract line item number.


CLIN 0001 - 1 LOT, Design and install a Command Dispatch - Operations Center.
(Custom fitted consoles, workstations, storage units. All work performed will be at Bldg. 826. Must have storage racks for 40 clip boards, standard tool bags and checklist. Design additional racking system for radio charges, 8x CPU towers and iPads storage on the South wall. Control Center must accommodate four (4) workstations. One of which must be on the West wall separated and one which will be on the North wall. Two (2) will have three (3) 32" monitors and must be position on the North East and South East corners of the room. The left and right monitor of these workstation will be position in landscape with the center position as portrait. Command Center must have a wraparound non pours work surface that will accommodate industrial petroleum equipment. There must be matching overhead storage above the work surface that will accommodate the monitor layout specified. Work center must have four (4) 10 surge protected power outlets strips underneath work surface).


5. Description of requirement for the item to be acquired.


Delivery Date: 30 Days ADC


Delivery/Ship to Location: Nellis AFB, NV


6.Site Visit: A site visit will be held on 3 January 2018 at 1300 PST. Contractors interested in attending need to email their intentions of attending to Joshua Lanoue at joshua.lanoue.1@us.af.mil by 2 January 2018. T


7. Place of delivery is Nellis AFB, Nevada, and inspection and acceptance is FOB destination.



Technical Acceptable/Unacceptable Ratings


Rating Description
Acceptable Offer clearly meets the requirements of the Solicitation and the Requirements Description.
Unacceptable Offer does not clearly meet the requirements of the Solicitation and the Requirements Description.


FAR 52.212-1 - Instructions to Offerors applies to this acquisition Provision Addenda: All quotes shall include the following minimum information: GSA Contract Number, Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at http://www.sam.gov.com to register.


FAR 52.212-2 - Evaluation - Commercial Items: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price, technically acceptable. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated.


FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal.


FAR 52.212-4 - Terms and Condition - Commercial applies to this acquisition


FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following FAR clause cited is applicable to this acquisition: FAR 52.232-33


The following additional provisions or clauses are specific to this particular requirement:


FAR 52.211-6 - Brand Name or Equal
FAR 52.211-16 - Variation in Quantity
FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires
FAR 52.237-1 - Site Visit
FAR 52.247-34 - FOB Destination
DFARS 211-7003 - Item Identification and Valuation
AFFARS 5352.242-9000 - Contractor Access to Air Force Installations


(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.


Not Applicable


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


(End of clause)


5352.201-9101, Ombudsman (Nov 2012)


(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, concerned parties may contact the Center/MAJCOM ombudsmen, Lt Col Lateef M. Hynson, USAF Deputy Director of Contracting, OL-ACC Air Force Installation Contracting Agency Joint Base Langley-Eustis VA COMM: (757) 764-5372 DSN: 574-5372 lateef.hynson@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA 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, dates of birth, social security numbers, citizenship, and driver's license / state identification, 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 (additional supporting documentation is required when driver's licenses from Utah, New Mexico, or Washington is provided such as Passport, original Birth Certificate with raised seal, or original Social Security Card), current vehicle registration, valid vehicle insurance certificate, and for non-US citizens, documentation demonstrating legitimate ability/status to be in the United States 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 be briefed on the requirements of AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management. Compliance with the requirement of these AFIs is mandatory for access.


(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)


11. Offers are due on 10 January 2018, at 12:00pm PST. Offers submitted electronically via email will only be considered for this requirement. Submit offers to Joshua Lanoue at joshua.lanoue.1@us.af.mil


Joshua T. Lanoue, Phone 7026525354, Email joshua.lanoue.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP