The RFP Database
New business relationships start here

Request for Quote for Neutral Posture BTC 16800 Big and Tall Jr Chairs


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

 
Request for Quote (RFQ)

Solicitation # FA3016-19-U-0152

Crisis Action Team Chairs

502 ABW

Joint Base San Antonio (JBSA) Lackland AFB, TX 78236


 

•1.      Solicitation Number: FA3016-19-U-0152: This is a combined synopsis/solicitation for a Request for Quotation (RFQ), IAW FAR Subpart 12.6 and in conjunction with FAR Subpart 13 and is supplemented with additional information included in this notice. This announcement is an invitation to quote and constitutes the only solicitation for the commercial item.

 

This combined synopsis/solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-99 (Effective 15 Jun and 16 Jul 2018) and DFARS change notice 20180629 (Effective 29 Jun 2018). The Classification Code: 71 and NAICS code is 337214 and the size standard is 500 employees.

 

This is notice that this order is a total set-aside for a small business concern. Only quotes submitted by small business will be accepted by the Government. Any quote that is submitted by a contractor that is not a small business, will not be considered for award.

 

This solicitation is NOT to be construed as a commitment by the United States Air Force. The Government reserves the right to cancel this solicitation any time before a contract is awarded. The Government is NOT liable for any costs and /or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the Government for reimbursement. To be considered for award by the Government, vendors must adhere to the quotation requirements and respective evaluation factors set herein within FAR Provision 52.212-1's Addendum.

 

•2.      Schedule: Quoters must provide a Firm Fixed Price quote for the requirements herein. Quotes shall include a Unit Price and an Extended Price for the contract line item number (CLIN) in the schedule below:


 


 


 


 


The RFQ is being solicited as a Brand Name or Equal requirement. Please provide a quote for the line item listed above. Failure to quote on all CLIN's may render the quote unacceptable and ineligible for award consideration in the absence of discussions.





CLIN



REQUIREMENT



QTY



UNIT OF ISSUE



UNIT PRICE



EXTENDED PRICE





0001



MFG: Neutral Posture BTC 16800 "Big and Tall Jr" Chairs. Color - Black, Material - Leather, Model Type/Purpose - 24/7 Intense Use



30



EA



$_____



$________





TOTAL COST



$_________






 

•3.      Requirement: IAW FAR 12.603©(2)(vi), this requirement is for the acquisition of thirty (30) Neutral Posture, BTC 16800 "Big and Tall Jr." Operator Chairs, BRAND NAME or EQUAL with Accessories.

4.   Salient Characteristics for the Chairs:

      Color - Black, Material -Leather, Model Type/Purpose - 24/7 Intense Use

      Features:

•·         Able to Support 350 lbs. of Weight

•·         Supports User Height of 5'6" - 6'3"

•·         High Back Articulating Adjustable Headrest

•·         Adjustable Seat Back

•·         Tilt Up Armrests, Height/Tilt Adjustable

•·         Adjustable Lumbar Support

•·         Fore/Aft Sliding Adjustment

•·         Knee Tilt Recliner with Adjustable Tension

•·         Heavy Duty Gas Shock

•·         Heavy Duty Base

•·         C-Loop Arms

5.   Warranty - 8 years from the labor, and new equipment installed to include the salient characteristics.

6.   When submitting an "EQUAL" product to the Neutral Posture BTC 16800 "Big and Tall Jr." Operator Chairs, the contractor must include the following in the quote: (1) Part Number, (2) MFG name, (3) illustrations, and (4) literature or description to support equal product substitution in your RFQ submission. Details of the requesting product to fulfill requirement must be met. See Salient Characteristics above. Failure to meet the above characteristics renders the quote as unacceptable.

      This quote will be effective for 30 calendar days after submission of the RFQ synopsis/solicitation. Posting date of Federal Business Opportunities (FedBizOpps): 23 May 2019. Due Date for Quotes: 19 Jun 2019.

7.   Delivery Information:

            FOB:                                             Destination
      INSPECTION:                             Government
      ACCEPTANCE:                           Government 
      PERIOD OF PERFORMANCE: Delivery No later than 30 Days ARO

8.   Delivery shall be FOB Destination and included in CLIN prices noted above, unless otherwise and clearly noted by quoter in submitted quote. The items must be fully assembled and ready for use upon delivery.

Work areas shall be maintained in a neat, clean, safe condition and all trash, debris, and garbage, which the contractor generates shall be removed from the premises upon completion and delivery, or daily if the completion/delivery will be completed in more than one day.

 

 

PLACE OF PERFORMANCE:                                 

                      502 ABW 
                      1701 Kinley Avenue, bldg. 2484 Rm 24
                      JBSA-Lackland TX 78236

 

9.   Contractor Information. All interested quoters must be registered in the System for Award Management, (SAM), which is the Official U.S. Government system that consolidated the capabilities of CCR/FedReg, ORCA, and EPLS.  There are NO EXCEPTIONS. If you are not registered, you may request an application at (866) 606-8220 between the hours of 6 am - 8 pm (Eastern Time) or apply through the SAM website at http://www.sam.gov. The SAM registration must be completed prior to award.

 

Please provide the following Business information:





Name of Business Entity:



 





DUNS No. #:



 





CAGE Code:



 





Federal Tax ID #:



 





Name of Contact:



 





Phone #:



 





Email Address:



 





Fax #:



 





 

10. Quote Preparation Instructions. To assure timely equitable evaluation of quote, vendors MUST complete this document and follow the instructions contained herein. Vendor is cautioned that clauses and provisions within this RFQ may include blocks that must be completed by the quoter and submitted with its quote.

Addendum to FAR 52.212-1 Instructions to Quoters - Commercial Items (Deviation 2018-O0013) (Jan 2017)

 

Quotes must include the following:

••      Unit Price and Extended Prices for all line items (see CLIN schedule from pages 3 and 4, paragraph 3)

••      The contractor's information, (see table from page 5, paragraph 5 if not contained in the quote)

••      Quoter Representations and Certifications, (See FAR 52.212-3)

••      Quoters to submit requirements, in accordance with the identified pertinent salient characteristics.

 

 

11. Evaluation Factors/Basis of Award.

 

(IAW) FAR 52.212-2 -- Evaluation -- Commercial Items (Oct 2014)

 

•a.       The Government will award a contract resulting from this solicitation to the responsible quoters whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:

 

•                                                  i.      Evaluation Factor: The Government will employ the Lowest Price Technically Acceptable (LPTA) evaluation method for this requirement. The Government shall make a determination of technical acceptability, based upon meeting salient characteristics outlined as listed on the solicitation.

 

•1.      Price (Total) - The total price shall include the quoted price unit and extended prices to include discounts for each CLIN. The total price shall include discount terms, and total Firm-Fixed Price to be eligible for consideration of award. All pricing will remain valid from the date of submission for 30 days. Price will be evaluated based on LPTA.

 

•2.      Technical capability will be determined based on contractor's requirements supporting the salient characters as required.  The government's evaluation team shall evaluate the chairs on a pass/fail basis, assigning a rating of Acceptable or Unacceptable. Only those quotations determined to be functional capable of performing to the required salient characteristics will be evaluated on price.

 

 





TABLE 1 - TECHNICAL CAPABILITY RATINGS





Rating



Rating





Acceptable



Pass





Unacceptable



Fail





 

•                                                ii.      Basis of Award: As allowed by FAR 13.106-2(b)(1), the Lowest Price Technically Acceptable (LPTA) selection process shall be applied, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS) and the Air Force Federal Acquisition Regulation Supplement (AFFARS). A single award will be made to the responsive vendor who meets or exceeds the acceptability standards for no-cost factors and whose quotation represents the best quote to the Government that reflects a complete understanding of the specifications of the requirement. Technical Capability shall be evaluated on an "Acceptable" or "Unacceptable" basis. Only those quotations determined to be functional capable will be evaluated on price and be eligible for award. Quotations should contain the quoters best terms on a price and salient characteristics standpoint.

 

 

(End of Provision)

 


Parris F. Watson, Contracting Specialist, Phone 2106529101, Email parris.watson.2@us.af.mil - Carmen A. Aguirre, Contracting Officer, Phone 2106711764, Email carmen.aguirre.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP