Office Furniture, Grafenwoehr

expired opportunity(Expired)
From: Federal Government(Federal)
W912PB20Q3010

Basic Details

started - 13 Mar, 2020 (about 4 years ago)

Start Date

13 Mar, 2020 (about 4 years ago)
due - 23 Mar, 2020 (about 4 years ago)

Due Date

23 Mar, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
W912PB20Q3010

Identifier

W912PB20Q3010
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709630)DEPT OF THE ARMY (133202)AMC (72657)ACC (75036)ACC-OO (8065)409TH CSB (2068)0409 AQ HQ CONTRACT (1517)

Attachments (14)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Amendment 0001The purpose of this amendment is to:1. Change the required response date/time from 12 Feb 2020 10:00 AM to 14 Feb 2020 10:00 AM CET2. Answer vendor questions regarding requirement specifications.3. Replace the initial Statement of Work (SOW), Exhibit Line Item Sheet (ELIN), and the Drawings by the attached revised SOW, dated 5 Feb 2020, revised ELIN, dated 5 Feb 2020, and the revised Drawing, dated 30 Jan 2020.4. Provide additional Layout # 1 and Layout # 2.5. All other terms and conditions remain unchanged.Amendment 0002The purpose of this amendment is to:1. Re-open the solicitation and to extend from 13 Feb 2020 10:00 AM to 23 Mar 2020 10:00 AM CET.2. Revise “Addendum to Clause 52.212-2” by adding Sub-Factor B.3. Revise FAR 52.212-2 by adding Sub-Factor B.4. Attach the revised statement of work (SOW), revised ELIN sheet, and revised drawings.5. Request provision of drawings and/or layouts.6. Request provision of catalogs, picture, samples of the materials and colors
for the items listed in the Sub-Factor B, with your offer.7. All other terms and conditions remain unchanged.The following have been modified:                                                                    ADDENDA Addendum to provision 52.212-1NOTE:  If this solicitation is a Request for Quotation (RFQ) (with a “Q” in the ninth position of the solicitation number), any reference to “offer(s)” or “proposal(s)” shall mean quotation(s), and any reference to “offeror(s)” shall mean “quoter(s)”.The following shall apply to this solicitation in addition to those terms and conditions in FAR provision 52.212-1.  The specific paragraphs of FAR provision 52.212-1 affected are shown below:Paragraph (a) - Small business size standard does not apply to this solicitation.Paragraph (b) - A single contract will be awarded on an all or none and Low Price Technically Acceptable (LPTA) basis. Any exceptions made to any of the items and conditions of the offer must be stated in a separate letter of transmittal that is to accompany the offer.  The person signing the proposal must initial any erasures, cross outs or changes made.  All information should be typed or neatly in ink.  Exceptions, as offered, if accepted by the Government, become part of the contract.Paragraph (c) - Period for Acceptance of Offers is changed to read:The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers.Paragraph (h) - Multiple awards: Only one contract award will be made.Paragraph (i) - Availability of Requirements document cited does not apply to this solicitation.Paragraph (m) is added to incorporate the following with respect to the information and documents required for submission in response to this solicitation:Instruction to Offerors: The SOW describes the supplies that will be acquired through this solicitation. The technical volume shall consist of:1. Technical2. Past Performance3. PriceAward will be made on the basis of the lowest evaluated price of offer meeting the acceptability standards for non-price factors.Factor 1: Technical  Sub-Factor A: ExperienceThe offeror shall provide a list of two (2) contracts (including customer or organization name, contracting value, description of furniture) for delivery of office furniture with a total value of each contract exceeding $300,000 performed within the last three (3) years.Sub-Factor B: Minimum Requirements for Furniture below:The offeror shall provide catalogs, pictures, samples of the materials and colors for the items below, with their offer.Dimension are acceptable in a range of +/- 2 to 3 cma. Office Desk (Row 1-3 and 5-6) must have:    - Curved Oak writable surfaces utilizing high quality executive style materials    - Electric, height adjustable bases of a highly polish aluminum finish    - Length 200 cm x 100 cm width    - Flat display mount for displays with a polish aluminum executive finish    - Computer Desks must be on a console designb. Office Desk (Row 5) must have:    - Curved Oak writable surfaces utilizing high quality executive style materials    - Electric, height adjustable bases of a highly polish aluminum finish    - Length 300cm x Width 100 cm    - Flat display mount for displays with a polish aluminum executive finish    - Computer Desks must be on a console designc. Workstation Chairs must have:     - Executive style leather seat material dark brown leather     - Polished Aluminum finish with high quality caster wheel design     - Width 62 cm x Depth 62 cm x Height 88 cm     - Chairs must be constructed to accommodate 24 hour seating operationsd. Conference Room Table must have:    - The conference room tables must be of high quality executive style finish with an Oak writing       surface.    - Dimension of the conference room table are approximately: 4.3 m Length x 1.3 m Width x 77 cm Height Factor 2:  Past PerformanceThe offeror shall describe relevant contracts and/or subcontracts it has performed over the past three (3) years, including any and all contracts that may have a negative impact on the offeror’s past performance record. Relevant means a contract for the delivery of office furniture with a total value of each contract exceeding $300,000.Factor 3: PriceThe offeror shall provide price in accordance with solicitation and Exhibit Line Item Number (ELIN) Sheet.  The ELIN Sheet shall be completed to its entirety; therefore, provide all unit and total price.  The total price of all ELINs shall be transferred to the CLIN amount in the Solicitation.- Complete blocks 17 and 30 of the Standard Form 1449.1. GENERALThe Government will award a single contract to the lowest priced technically acceptable proposal as evaluated in accordance with FAR provision 52.212-2.  In accordance with FAR 52.212-1(g), the quotes are intended to be evaluated, and an award made, without discussions with the offerors (other than those communications conducted for the purpose of minor clarification(s)), unless discussions are determined to be necessary by the Contracting Officer. Offerors are cautioned to examine this solicitation in its entirety and to ensure that their proposal contains all necessary information, provides all required documentation, and is complete in all respects. Offerors shall submit their quotes via email if possible. Submissions shall be sent to all email addresses listed below:                Contract Specialist: Evelyn Butter, e-mail: evelyn.butter.ln@mail.mil               RCO Bavaria Mailbox:            usarmy.rheinland-pfalz.409-contr-spt-bde.mbx.rco-bavaria-solicit@mail.milSUBJECT of e-mail shall be “Submission of Quote W912PB-20-Q-3010”NOTE:   (1) The size restriction for attachments to emails on the US Government server is 1 MB.(2) Failure to submit to all email addresses may result to your quote not being considered for award.(3) Faxed and mailed (paper) quotes are not preferred, however, might be also accepted.(4) Quotes shall be submitted in English and sent in PDF format via email.The date and time stated here shall govern over any other systems it might be written to (i.e. FBO).The submittal closing time and receipt of quotes shall be established by the time on the receiving Contract Specialist computer. Total size per email shall not exceed 5 megabytes to ensure receipt by U.S. Government email systems. FAX submission is also authorized (475) (09641-83-) 7184 or 8836; however, offerors are responsible for ensuring that their offer is actually received by this office.  The offeror is responsible to verify Government receipt of proposals.All correspondence to include offers are required in the English language.  Non-compliance may result in rejection of the offer. Courtesy Translation: Anbieter sind gehalten, die Angebote in englischer Sprache abzugeben.  Nichtbeachtung kann zum Ausschluss des Angebotes führen. Please return only those pages where entries have been made. Courtesy Translation: Bitte nur die Seiten zuruecksenden, auf denen Eintraege gemacht wurden.2. AMENDMENTSIf necessary, any subsequent Amendment will be posted the Federal Business Opportunities (FBO) website at https://fbo.gov. It is highly recommended that firms register on the FBO websites as plan holders. It is the Offeror’s responsibility to check the designated websites periodically for any amendments to the solicitation.3. INSTRUCTIONS FOR SUBMITTING INQUIRIESAll questions regarding to this solicitation shall be submitted in writing via email to the Contract Specialist of the RCO Mailbox. The Government requests that questions should be submitted no later than 5 working days after the issuance of the solicitation to allow the Government sufficient time to respond prior to the closing date. Responses to the inquiries will be provided by Amendment and will be posted to the FBO website.  Offerors are responsible to watch the web site for postings of amendments, answers to questions, and other instructions/information, if any.4. REQUIREMENTS FOR OFFERORSThe Government requires an offeror to have a current Data Universal Numbering System (DUNS) Number as issued by Dun & Bradstreet, NCAGE/CAGE Code, and register in the System for Award Management (SAM) prior to award of a contract with the US Government. It is the responsibility of the offeror to comply and register. If you currently do not have a DUNS, NCAGE/CAGE, or SAM registration, please refer to the System for Award Management (SAM) and WAWF Registration Instructions. Offerors must provide a DUNS number and NCAGE/CAGE code when submitting proposals. The DUNS and NCAGE/CAGE numbers must be indicated on the SF 1449 in the same block as your company name.5. SOLICITATION SUBMITTAL REQUIREMENTSThis request for quote does not commit the Government to pay any costs incurred in the preparation and submission of your quote. Failure to provide the following may result in the offeror ineligible for award. Each quote shall contain, at a minimum, the information/data described below:Detailed item descriptions of the proposed item(s). The narrative shall have sufficient detail to demonstrate as to how the item(s) specifications shall meet the Government’s minimum requirement.  Completed Standard Form1449 and all Amendments. “SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS” duly executed by an official authorized to bind the quote. Ensure that blocks 12, 17a, 30a, 30b, and 30c are completed, or any form of submission stated in FAR 52.212-1 to include minimum requirements for submission also stated in 52.212-1. Offerors shall enter the total price in U.S. Dollars ($) or any other European Country Currency, i.e. Euros (€) for each line item. CLIN unit prices to be rounded to the nearest whole amount. Prices provided shall be fully loaded, inclusive of all fees, overheads, G&A, insurance, profits, or any other markups. Complete pricing for each CLIN or Sub-CLIN as required without taxes and including all shipping charges, FOB Destination to Germany. Failure to do so may be cause for the offer to not be considered for award. If not utilizing the Standard Form 1449 – All information requested in paragraph c) above shall be documented on the Offerors quote. If applicable, ELIN unit prices must be rounded to the nearest whole dollar or euro. In the event there is a difference between a unit price and the total amount, the unit price will be held to be the intended offer and the total of the CLIN and ELIN will be recomputed accordingly. The CLIN will also be recomputed to take into account the change in the contract ELINS. If the offeror provides a total amount for an ELIN, but fails to enter the unit price, the total amount divided by the ELIN quantity will be held to be the intended unit price. In the event there is a discrepancy between the ELIN pricing and the CLIN price (SF 1449), the ELIN will be held to be the intended offer. Due to payment processing restrictions, a company with a US bank are to provide quotes in US Dollar only. Completed FAR provision 52.212-3 (ALT I) Offeror Representations and Certifications. With the exception of paragraph (b), completion of the provision is not required if the offeror has active SAM registration. Offerors with an active SAM registration shall complete the annual representations and certifications electronically via the System for Award Management (SAM) website. Completed fill-in clause(s)/provision(s): DFARS clause 252.229-7001 Tax Relief, and DFARS clause 252.225-7020 Trade Agreements Certificate  6. SITE VISIT Prospective Offerors are requested to provide via email the names of personnel who will be attending, the companies they are from, e-mail and phone number. This information is to be provided to Evelyn Butter, evelyn.butter.ln@mail.mil and John E. McGuire, john.e.mcguire.civ@mail.mil     OFFEROR’S PROPOSED DELIVERY SCHEDULE Delivery will be performed within ________ calendar days upon receipt of the order. Lieferung erfolgt in oben angegebenem Zeitraum (Kalendertage) nach Erhalt des Auftrags.   Addendum to Clause 52.212-4: Paragraph (a) Inspection/Acceptance:  Inspection and acceptance will be performed at the address, shown in block 15 of the Standard Form 1449. Paragraph (b) Assignment is replaced by DFARS 252.232-7008 ASSIGNMENT OF CLAIMS (OVERSEAS). Paragraph (k) TAXES is replaced by Clause DFARS 252.229-7000 INVOICES EXCLUSIVE OF TAXES OR DUTIES Paragraph (w) “CORRESPONDENCE IN ENGLISH” is herewith incorporated:The Contractor should ensure that all contract correspondence that is addressed to the United States Government is submitted in English or with an English translation   INSTALLATION CLEARANCE REQUIREMENTS a.  Access to U.S. installations and controlled areas is limited to personnel who meet security criteria and are authorized by Host Nation law to work in that country. Failure to submit required information/data and obtain required documentation or clearances in accordance with AE Regulation 190-16, Installation Access Control, will be grounds for denying access to U.S. installations and controlled areas.  The Contractor is responsible to ensure that any Subcontractor used in performance of this contract complies with these requirements and that all employees, of both the Contractor and any Subcontractor utilized by the contractor, are made aware of and comply with these requirements. b.  The Contractor is responsible for being aware of and complying with the requirements associated with Installation Access Control.  The Government is not liable for any costs associated with performance delays due solely to a firm’s failure to comply with Installation Access Control (IAC) processing requirements. c.  The Contractor is responsible for returning installation passes to the issuing Installation Access Control Office (IACO) when the contract is completed or when a contractor employee no longer requires access. d.  AE Regulation 190-16 (and AE Regulation 190-16-G German translation) can be found on the following websites: http://www.409csb.army.mil/library/AER-190-16.pdf and http://www.409csb.army.mil/Library/AER-190-16-G.pdf.     Addendum to block 18a “Payment will be made by” of Standard Form 1449:NOTE TO CONTRACTORS: Contractors are required to submit their invoices through Wide Area Workflow (WAWF)Payment inquiries can be submitted to dfas.rheinland-pfalz.jht.mbx.dgk-vendorpay@mail.milPayment status can be viewed within WAWF (PIEE)       52.212-2     EVALUATION--COMMERCIAL ITEMS (OCT 2014)(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. In accordance with 52.212-1(b)(4), the award will be made to the lowest priced quote that is compliant with the item requirements in the solicitation.1. Technical2. Past Performance3. PriceAward will be made on the basis of the lowest evaluated price of proposals meeting the acceptability standards for non-price factors.FACTOR 1: TECHNICAL The Technical rating will be based on an “Acceptable” / “Unacceptable” basis. The following definitions will be used in evaluating the offeror’s proposal against the technical requirement.RatingDescriptionAcceptable      Proposal clearly meets the minimum requirements ofthe solicitation.Unacceptable           Proposal does not clearly meet the minimumrequirements of the solicitation.The technical factor is met when the offeror’s proposal clearly demonstrates evidence of the full capability for executing the SOW requirements and meeting the two sub-factors above.Sub-Factor A:An offeror will be rated “Acceptable” if the offeror has performed at least two (2) contracts for delivery of office furniture with a total value of each contract exceeding $300,000 performed within the last three (3) years.An offeror will be rated “Unacceptable” if the offeror has not performed at least two (2) contracts for delivery of office furniture with a total value of each contract exceeding $300,000 performed within the last three (3) years.Sub-Factor B:An offeror will be rated “Acceptable” if the offeror provides furniture within the specified dimensions, style, material and color, located in Sub-Factor B.An offeror will be rated “Unacceptable” if the offeror does not provide furniture within the specified dimensions, style, material and color, located in Sub-Factor B.  Sub-Factor A: ExperienceThe offeror shall provide a list of two (2) contracts (including customer or organization name, contracting value, description of furniture) for delivery of office furniture with a total value of each contract exceeding $300,000 performed within the last three (3) years. Sub-Factor B: Minimum Requirements for Furniture below:The offeror shall provide catalogs, pictures, samples of the materials and colors for the items below, with their offer.Dimension are acceptable in a range of +/- 2 to 3 cma. Office Desk (Row 1-3 and 5-6) must have:    - Curved Oak writable surfaces utilizing high quality executive style materials    - Electric, height adjustable bases of a highly polish aluminum finish    - Length 200 cm x 100 cm width    - Flat display mount for displays with a polish aluminum executive finish    - Computer Desks must be on a console designb. Office Desk (Row 5) must have:    - Curved Oak writable surfaces utilizing high quality executive style materials    - Electric, height adjustable bases of a highly polish aluminum finish    - Length 300cm x Width 100 cm    - Flat display mount for displays with a polish aluminum executive finish    - Computer Desks must be on a console designc. Workstation Chairs must have:     - Executive style leather seat material dark brown leather     - Polished Aluminum finish with high quality caster wheel design     - Width 62 cm x Depth 62 cm x Height 88 cm     - Chairs must be constructed to accommodate 24 hour seating operationsd. Conference Room Table must have:    - The conference room tables must be of high quality executive style finish with an Oak writing       surface.    - Dimension of the conference room table are approximately: 4.3 m Length x 1.3 m Width x 77 cm Height FACTOR 2:  PAST PERFORMANCE The offeror shall describe relevant contracts and/or subcontracts it has performed over the past three (3) years, including any and all contracts that may have a negative impact on the offeror’s past performance record. Relevant means a contract for the delivery of office furniture with a total value of each contract exceeding $300,000. The Past Performance rating will be based on an “Acceptable” / “Unacceptable” basis.  The following definitions will be used in evaluating the degree the offeror will satisfactorily provide the required services based on past and current performance records.  An Acceptable or Unacceptable rating will be determined as follows:RatingDescriptionAcceptableBased on the offeror’s performance record, theGovernment has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror’s performance record is unknown. (See note below.)UnacceptableBased on the offeror’s performance record, theGovernment has no reasonable expectation that the offeror will be able to successfully perform the required effort.Past Performance Information:  The information presented in the Past Performance References and information obtained from other available sources other than those identified by the Offeror (such as past performance information obtained from Federal, State and local Government agencies, better business bureaus, published media, and electronic data bases available to the Government) will be the basis for evaluation of this factor.Past Performance Evaluation:  The Government will consider the offeror’s previous and current record of contractual performance.  The Government assessment will focus on recent contracts that are relevant to the effort required by this solicitation.  Recent is defined for this action to be contracts that were performed within the last three (3) calendar years from the issuance date of the Request for Quote (RFQ). Relevant contracts include individual contracts that are similar, in whole or in part, to this solicitation, including contracts performed by a teaming partner or subcontractor.The Government may reject a quote if it is found that any information that has a negative impact on the offeror’s past performance record has been deleted, misrepresented, or withheld.It is at the Government’s discretion to determine whether past performance information furnished is or is not considered similar to the size and scope of the present requirement.  Should the offeror have no past performance information the Government will assign a rating of “Acceptable.”Offerors are cautioned that, in conducting the past performance assessment, the Government may use data provided in the offeror's proposal and data obtained from other sources. Since the Government may not necessarily interview all of the sources provided by the offerors, it is incumbent upon the offerors to explain the relevance of the data provided. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proving an “acceptable” past performance rests with the offerors. Offerors may provide information on problems encountered on the contracts identified in their past performance submissions and the offerors’ corrective actions.FACTOR 3:  PRICE The total evaluated price shall be the sum of all Exhibit Line Item Numbers (ELINs) transferred to the CLIN amount listed on the Solicitation.  This amount will be the total evaluated price. Currency:  Offers submitted in response to this solicitation shall be in terms of local currency or U.S. Dollars. For evaluation purposes, the Government shall use the current FY Budget Rate to convert the local currency (i.e. Euro € = 0.8587 ) offers into U.S. Dollars. In the event an offer is received in a currency other than Euro (€), and there is no official Budget Rate, the Government shall use the daily exchange rate on the solicitation closing date to convert the currency into U.S. Dollar for evaluation purposes.  Conversion Rate will be pulled from www.XE.com. Each offeror’s proposed price will be evaluated to determine whether it is fair and reasonable as per FAR 13.106-3.  The Government reserves the right to conduct a price realism analysis of prices considered to be unrealistically low. The Government may consider offeror(s) understanding of the items or ability to deliver the items in this analysis and risk assessment. An unrealistically low price may result in the offeror’s proposed price rejected and ineligible for award. (b)  Options:  N/A (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) (End of Summary of Changes)

KO DIRECTORATE OF CONTRACTING UNIT 28130  APO , AE 09114  USALocation

Place Of Performance : N/A

Country : United StatesState : CaliforniaCity : Midway City

You may also like

Furniture/ Beaufurn Furniture, Inc

Due: 30 Jun, 2024 (in 2 months)Agency: Beaufurn LLC

Furniture/TLI Furniture, LLC

Due: 30 Jun, 2024 (in 2 months)Agency: TLI Furniture, LLC

Furniture for BMSB Theatre A Renovations

Due: 10 May, 2024 (in 10 days)Agency: University of Manitoba

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 337214Office Furniture (except Wood) Manufacturing
pscCode 7110Office Furniture