Search Contract Opportunities

15 TES Furniture

ID: F1T0BW4292A001 • Type: Synopsis Solicitation

Description

Posted: Dec. 31, 2024, 10:43 a.m. EST

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in the Federal Acquisition Regulation (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.

1. The solicitation number is F1T0BW4292A001. This solicitation is a request for quotation (RFQ).

2. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-01, dated 12 November 2024.

3. This RFQ is to be solicited as a Total Small Business Set. The associated North American Industry Classification System (NAICS) code 337214 with a small business size standard of 1,100 employees.

4. The anticipated contract type will be a Firm Fixed Price (FFP). The contract line item number (CLIN) structure is as follows:

***Reference Attachment 2 for CLIN structure

5. Description of requirement for the items to be acquired:

***Reference Attachment 1 through 6 for specifications, descriptions, and additional information.

a. Delivery Date: 90 Days ARO

b. Place of Delivery: Nellis AFB, NV

c. Inspection and Acceptance: FOB Destination

6. Site Visit. Please RSVP to Erin Lilly no later than Monday, 09 December 2024, at 1200 PDT.

FAR 52.212-1 Instructions to Offerors - Commercial Products and Commercial Services. (Sep 2023)

REQUIREMENTS. In accordance with FAR 52.204-7 and Defense FAR Supplement (DFARS) 252.207-7004 Alt A, prospective vendors must be registered in the System for Award Management (SAM) database prior to contract award. Lack of SAM registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at http://www.sam.gov.com to register. All quotes shall include the following minimum information: Product Specifications, CAGE code, SAM Unique Entity ID, Payment Terms, Discount Terms, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. It is the responsibility of the offeror to contact the government to confirm receipt of the quote prior to the offer due date and time.

SITE VISIT. A site visit will be held at Nellis AFB, NV in Building 21 on Tuesday, 10 December 2024, at 1000 PDT. Please RSVP no later than Monday, 09 December 2024, at 1200 PDT. Send an RSVP email Erin Lilly at erin.lilly.1@us.af.mil and Agatha Morrison at agatha.morrison@us.af.mil. Include your company name, the name of the individual(s) attending, company phone number, phone number of the individual(s) attending. There may only be two (2) representatives per company. (NOTE: Vendors will be met at the Nellis AFB Main Gate at no earlier than 0915 PDT. Vendor are required to provide a valid driver's license [this must be a Real ID or two (2) forms of government issued identification, proof of insurance and car registration].

QUESTIONS AND ANSWERS. All questions must be submitted via email to Erin Lilly at erin.lilly.1@us.af.mil. The deadline for submitting questions is Monday, 16 December 2024, at 1200 PDT. Questions submitted after the cut-off date will not be reviewed or answered. Answers will be provided by Monday, 06 January 2025, at 1600 PDT.

QUOTE DUE DATE. Quotes are due on Friday, 17 January 2025, at 1000 PDT. Only electronic offers submitted via email will be considered for this requirement. Submit offers to Erin Lilly at erin.lilly.1@us.af.mil.

(End of Provision)

FAR 52.212-2 Evaluation - Commercial Products and Commercial Services (Nov 2021)

(a) The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation is the lowest-priced, technically acceptable (LPTA). 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.

Technical Acceptable/Unacceptable Ratings---

Acceptable: Offeror has followed instructions in 52.212-1. Offeror's quote clearly meets the requirement as stated in the solicitation and all attachments.

Unacceptable: Offeror has not followed instructions in 52.212-1. Offeror's quote does not meet the requirement as stated in the solicitation and all attachments.

(End of Provision)

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 address(es):

http://www.acquisition.gov/

(End of clause)

PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE

FAR 52.204-7 System for Award Management (Nov 2024)

FAR 52.204-13 System for Award Management Maintenance (Oct 2018)

FAR 52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)

FAR 52.204-29 Federal Acquisition Supply Chain Security Act Orders Representation and Disclosures (Dec 2023)

FAR 52.212-3 - Offeror Representations and Certifications Commercial Products and Commercial Services (May 2024)

FAR 52.212-4 - Contract Terms and Conditions Commercial Products and Commercial Services (Nov 2023)

FAR 52.212-5 - Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Products and Commercial Services (Nov 2024)

FAR 52.219-1 - Small Business Program Representations (Feb 2024)

FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation (Dec 2016)

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 (Dec 2022)

DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Sep 2022)

DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (Jan 2023)

DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Representation (May 2021)

DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2023)

DFARS 252.204-7024 Notice on the Use of the Supplier Performance Risk System (Mar 2023)

DFARS 252.211-7003 Item Unique Identification and Valuation (Jan 2023)

DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jan 2023)

DFARS 252.225-7001 Buy American and Balance of Payments Program (Feb 2024)

DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (Mar 2022)

DFARS 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (May 2022)

DFARS 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (Jan 2023)

DFARS 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region Representation (Jun 2023)

DFARS 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (Jun 2023)

DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)

DFARS 252.232-7006 - Wide Area WorkFlow Payment Instructions (Jan 2023)

DFARS 252.232-7010 Levies on Contract Payments (Dec 2006)

DFARS 252.244-7000 Subcontracts for Commercial Products or Commercial Services (Nov 2023)

DFARS 252.247-7023 Transportation of Supplies by Sea (Oct 2024)

DAFFARS 5352.201-9101 - Ombudsman (Jul 2023)

DAFFARS 5352.242-9000 - Contractor Access to Air Force Installations (Jun 2024)

List of Attachments

Attachment 1 SOW

Attachment 2 Item List UPDATED 23 Dec 24

Attachment 3 Specifications

Attachment 4 Bldg 21 Location

Attachment 5 Bldg 21 Drawings

Attachment 6 Bldg 21 Furniture Layout

Posted: Dec. 23, 2024, 5:21 p.m. EST
Posted: Dec. 19, 2024, 12:13 p.m. EST
Posted: Dec. 3, 2024, 10:29 a.m. EST
Background
The solicitation number F1T0BW4292A001 is issued by the 15th Test & Evaluation Squadron (15 TES) at Nellis Air Force Base (AFB), NV. The purpose of this contract is to acquire commercial products and services for the installation of government-approved workstations and office furniture.

This initiative aligns with the agency's mission to support operational readiness and efficiency within their facilities.

Work Details
The contractor is required to provide all necessary personnel, supervision, management, tools, equipment, transportation, materials, and any other items or services necessary for the installation of workstations and office furniture at Building 21, Nellis AFB.

The specific requirements include:
1. Installation of furniture within 90 days after award.
2. Conducting a site visit to inspect job conditions and prepare layout drawings for approval.
3. Providing design services that include space planning, site verification, material selection, and programming as necessary.
4. Ensuring that all power requirements are met regarding communication and power junction boxes.
5. Ensuring that all outlets are accessible and that no more than two duplex outlets are placed on the same circuit.
6. Ensuring existing wall outlets or thermostats are not covered or concealed by furniture components unless approved.

Period of Performance
90 Days After Receipt of Order (ARO)

Place of Performance
Nellis Air Force Base, NV

Overview

Response Deadline
Jan. 17, 2025, 1:00 p.m. EST (original: Dec. 23, 2024, 1:00 p.m. EST) Past Due
Posted
Dec. 3, 2024, 10:29 a.m. EST (updated: Dec. 31, 2024, 10:43 a.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Nellis AFB, NV 89191 United States
Source
SAM

Current SBA Size Standard
1100 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Est. Value Range
Experimental
$100,000 - $500,000 (AI estimate)
Signs of Shaping
58% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 12/3/24 Air Combat Command issued Synopsis Solicitation F1T0BW4292A001 for 15 TES Furniture due 1/17/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 337214 (SBA Size Standard 1100 Employees) and PSC 7110.
Primary Contact
Name
Erin Lilly   Profile
Phone
None

Secondary Contact

Name
Agatha Keith Morrison   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation F1T0BW4292A001

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation F1T0BW4292A001

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation F1T0BW4292A001

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation F1T0BW4292A001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > ACC > FA4861 99 CONS LGC
FPDS Organization Code
5700-FA4861
Source Organization Code
500042544
Last Updated
Dec. 31, 2024
Last Updated By
erin.wozniak.2@us.af.mil
Archive Date
Feb. 1, 2025