Systems Furniture - Name Brand or Equal

Agency: DEPT OF DEFENSE
State: Wyoming
Type of Government: Federal
Category:
  • 71 - Furniture
Posted: Jan 24, 2023
Due: Feb 9, 2023
Solicitation No: FA461323Q0005
Publication URL: To access bid details, please log in.
Follow
Systems Furniture - Name Brand or Equal
Active
Contract Opportunity
Notice ID
FA461323Q0005
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: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Jan 24, 2023 03:44 pm MST
  • Original Published Date: Jan 18, 2023 03:07 pm MST
  • Updated Date Offers Due: Feb 09, 2023 12:00 pm MST
  • Original Date Offers Due: Feb 02, 2023 12:00 pm MST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 24, 2023
  • Original Inactive Date: Feb 17, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7110 - OFFICE FURNITURE
  • NAICS Code:
    • 337214 - Office Furniture (except Wood) Manufacturing
  • Place of Performance:
    FE Warren AFB , WY 82005
    USA
Description View Changes

Amendment 1:



Extended questions due date from 12pm on 26 Jan 23 to 7am 1 Feb 23



Extended quote date from 12pm 2 Feb 23 to 12pm 9 feb 23



Added clause 5352.242-9000 Contractor Access to Air Force Installations Oct 2019



----------------------------------------------------------------------------------------------------------------



Combined Synopsis/Solicitation

Solicitation Number: FA461323Q0005

Purchase Description: Systems Furniture – Brand name or equal





90th Medical group is seeking to acquire modular systems furniture to be used for storage and desk space.





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 web-site as a small business set aside.





The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461323Q1003, 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 337214, with a small business 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) 2022-08 effective 28-Oct-22, Defense Federal Acquisition Regulation Supplement effective 28-Oct-22 and Air Force Federal Acquisition Regulation Supplement AFAC 2022-0701 effective 01-Jul-22.





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



Systems Furniture IAW Attachment 2 – Salient Characteristics




  • Brand name or equal to the Eaton Laboratory Management System and Eaton Techbench/Techorganizer

  • Include a product sheet containing a list of materials

  • Vendor is responsible for assembly and setup of materials at specified location



Contractor to provide product specification documentation clearly showing the above requirements are met.







CLIN 0001: Systems Furniture



Quantity: 1 Unit of Issue: Job



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

























DELIVERY DATE(S): Estimated Delivery 60 Days After Date of Order/Contract





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





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





PERIOD OF PERFORMANCE: Completion within 90 days ARO. Please provide quoted completion time and schedule.



Questions MUST be received by Wedneday, February 1st by 7am (Mountain Standard/Daylight Time). All questions must be submitted by email to amber.moore.15@us.af.mil and seth.johnson.27@us.af.mil





Responses/quotes MUST be received no later than Thursday, February 9th by 12pm (Mountain Standard/Daylight Time). Forward responses by e-mail to amber.moore.15@us.af.mil and seth.johnson.27@us.af.mil





Offerors must ensure that their company is registered with System for Award Management (SAM) at time of submission of quote.





ATTACHMENTS:



Attachment 1 – Clauses and Provisions



Attachment 2 – Salient Characteristics



Attachment 3 – Floor Plan





APPLICABLE CLAUSES AND PROVISIONS:



All applicable Provision/Clauses can be found in the attached document. 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.





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)





FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2020)



(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on letterhead stationery, or as email. As a minimum, offers must show—



(1)The solicitation number;



(2)The time specified in the solicitation for receipt of offers;



(3)The name, address, and telephone number of the offeror;



(4)A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;



(5)Terms of any express warranty;



(6)Price and any discount terms;



(7)"Remit to" address, if different than mailing address;



(8)A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);



(9)Acknowledgment of Solicitation Amendments;



(Addendum) Additional Instructions to Offerors--Commercial Items



(m)



(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:



(n) 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:



(1) Cage code or DUNS number of the offeror



(2) Technical Submission Requirements --




  • For Parts/Supply buy, the quote shall contain a description including part number and title for each item listed in the solicitation to allow the Government to verify that the quoted parts match the requirements listed in the requirements schedule.





52.212-2 Evaluation-Commercial Items.



As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows:



Evaluation-Commercial Items (Oct 2014)



(a) 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. The following factors shall be used to evaluate offers:




  1. Technical Capability: must meet technical submission requirements IAW 52.212-1 Addendum (n)(2)

  2. Price: Lowest Price Technically Acceptable. 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.

  3. Following information must be provided with quote:

    1. Company point of contact with email and phone number

    2. GAGE Code

    3. Delivery lead time and schedule





(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



(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 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, 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, Global Strike (AFICC/KG OL-GSC) 841 Fairchild Ave, Barksdale AFB, LA 71110, telephone 318-456-6336 (DSN 781-6336); facsimile 318-456-7861 (DSN 781-7861) or 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)



5352.223-9001 Health and Safety on Government Installation



(a) In performing work under this contract on a Government installation, the contractor shall:



(1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and



(2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes.



(b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract.



(c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract.



(End of clause)



5352.242-9000 Contractor Access to Air Force Installations Oct 2019



(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, and valid vehicle insurance certificate.



(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 AFI 31-101, Integrated Defense, and DODMAN5200.02_AFMAN 16-1405, Air Force Personnel Security Program.



(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)






Attachments/Links
Contact Information
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

Related Document

Jan 18, 2023[Combined Synopsis/Solicitation (Original)] Systems Furniture - Name Brand or Equal
Feb 1, 2023[Combined Synopsis/Solicitation (Updated)] Systems Furniture - Name Brand or Equal
Mar 27, 2023[Combined Synopsis/Solicitation (Updated)] Systems Furniture - Name Brand or Equal
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow Fiber Optic Installation - Multiple Buildings Active Contract Opportunity Notice ID FA461324Q1008

Federal Agency

Bid Due: 4/02/2024

Pam Jones Amended Request for Bids for 8-10 Passenger ADA Compliant Van Request

City of Casper

Bid Due: 8/10/2024

A Michael Szewczyk Council Chambers Audio/Video RFP 4:00 PM MDT April 30, 2024

City of Casper

Bid Due: 4/30/2024

Bituminous Asphalt Hot Mix, Tack Oil, and Cold Mix OPEN 0 3/4/2024 4/2/2024

City of Cheyenne

Bid Due: 4/02/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.