Illinois Bids > Bid Detail

Office Furniture Blanket Purchase Agreements (BPAs)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 71 - Furniture
Opps ID: NBD00159247982893199
Posted Date: Jun 27, 2023
Due Date: Jun 28, 2023
Solicitation No: W50S7T23Q0004
Source: https://sam.gov/opp/4d14b398bf...
Follow
Office Furniture Blanket Purchase Agreements (BPAs)
Active
Contract Opportunity
Notice ID
W50S7T23Q0004
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7M6 USPFO ACTIVITY ILANG 182
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Jun 27, 2023 09:31 am CDT
  • Original Published Date: May 22, 2023 03:24 pm CDT
  • Updated Date Offers Due: Jun 28, 2023 04:00 pm CDT
  • Original Date Offers Due: Jun 22, 2023 12:00 pm CDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jun 29, 2023
  • Original Inactive Date: Jun 23, 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:
    Peoria , IL 61607
    USA
Description

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.106-1, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. PLEASE READ: This effort is a high priority requirement in support of the National Guard. Funds are not presently available to make an award. If funds become available for award, and prices are deemed fair and reasonable, it is the Government's intent to make an award. This is not a commitment of funds or contract award. All quotes provided shall be marked “Quote current until 30 September 2023.”





(ii) This solicitation, W50S7T-23-Q-0004 is being issued as a Request for Quotation (RFQ).





(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04, effective 02 June 2023.





(iv) This procurement is a total small business set-aside. The associated North American Industry Classification System (NAICS) code is 337214, Office Furniture (Except Wood) Manufacturing and the small business size standard is 1,100 Employees.





(v) Commercial Item Descriptions:





The contractor shall be required to cover all costs to include such items but not limited to: supervision, products, warranty, delivery, labor and installation for all CLINs noted below within each CLIN quote.





CLIN0001 – Office Furniture, B528 CES Room 1. Qty: 1 EA;





CLIN0002 – Office Furniture, B528 CES Rooms 3 and 4. Qty: 1 EA;





CLIN0003 – Office Furniture, B528 CES Room 6. Qty: 1 EA;





CLIN0004 – Office Furniture, B528 CES Rooms 15A, and 15B. Qty: 1 EA;





CLIN0005 – Office Furniture, B628 CF Room 84. Qty: 1 EA;





CLIN0006 – Office Furniture, B628 CF Room 76. Qty: 1 EA;





CLIN0007 – Office Furniture, B628 FSS Room 2. Includes replacing 2x ceiling walls and



4x ¾ walls. Qty: 1EA;





CLIN0008 – Office Furniture, B728 LRS Room 1. Qty: 1 EA;





CLIN0009 – Office Furniture, B728 LRS Room 5. Qty: 1 EA;





CLIN0010 – Office Furniture, B820 LRS Rooms 3 and 5. Qty: 1 EA;





CLIN0011 – Office Furniture, B836 LRS Room 1. Qty: 1 EA;





CLIN0012 – Office Furniture, B836 LRS Room 13. Qty: 1 EA;





CLIN0013 – Office Furniture, B730 MXG Room 104. Qty: 1EA.





CLIN0014 – Office Furniture, B730 MXG Room 111. Qty: 1EA.





CLIN0015 – Office Furniture, B730 MXG Room 112. Qty: 1EA.





CLIN0016 – Office Furniture, B730 MXG Mezzanine. Qty: 1EA.





CLIN0017 – Office Furniture, B734 MXG Room 25. Qty: 1EA.





CLIN0018 – Office Furniture, B734 MXG Room 35. Qty: 1EA.





CLIN0019 – Office Furniture, B734 MXG Room 38. Qty: 1EA.





CLIN0020 – Office Furniture, B830 MXG Room 9. Qty: 1EA.





CLIN0021 – Office Furniture, B830 MXG Room 16. Qty: 1EA.





CLIN0022 – Office Furniture, B830 MXG Rooms 18, 19, and 20. Qty: 1EA.





CLIN0023 – Office Furniture, B830 MXG Room 23A. Qty: 1EA.





CLIN0024 – Office Furniture, B834 MXG Room 4. Qty: 1EA.





CLIN0025 – Office Furniture, B834 MXG Rooms 5 and 6. Qty: 1EA.





CLIN0026 – Office Furniture, B628 AW Rooms 81-83. Wall, B728 AW Room 27. Qty: 1EA.







(vi) GOVERNMENT INTENDS TO ISSUE A MINIMUM OF ONE (1) BUT NO MORE THAN (3) BLANKET PURCHASE AGREEMENTS (BPA). If not already registered in SAM, go to WWW.SAM.GOV to register prior to submitting quote. The award will be made via best value with the technical factors being those listed as an “or equal” system within paragraph (v) Line Item 001.





(vii) The products are to be delivered no later than 150 days ARO to 2416 S. Falcon Blvd, Peoria, IL 61607. The government prefers FOB Destination, but will accept FOB Origin as long as the estimated price is included as an additional CLIN within the quote response.





(viii) The provision at 52.212-1, Instructions to Offerors – Commercial, is applicable.



(ix) The provision at 52.212-2, Evaluation -- Commercial Items, Alternate 1 is applicable. Basis for award is Best Value – Subject Tradeoff Process. The Government intends to make a single firm-fixed price award, but reserves the right to make up to 3 BPA awards.





(viii) The provision at 52.212-1, Instructions to Offerors – Commercial, is applicable. A successful offeror will address all items within the addenda of this provision. The addenda for this provision is as follows:




  1. Responders shall include all documents and information requested submitted in accordance with the instructions therein.

  2. Quotations shall be submitted prior to the closing date and time listed below. All quotations shall be emailed to Mr. Jason Shallenberger at jason.shallenberger@us.af.mil.

  3. All questions shall be submitted by 14 June 2023 at 3:00PM CST. The government is not obligated to answer questions.

  4. The submission of the documentation specified below will constitute the offeror’s acceptance of the terms and conditions of the SOW in the RFQ. Questions should be posted by the due date listed above. It is the Government’s intention to award without discussion. Offerors are encouraged to present their best Quote and prices in their initial submission. The Government reserves the right to hold discussions.

  5. Access and General Protection/Security Policy and Procedures. The contractor shall comply with all applicable installation/facility access and local security policies and procedures, which may be obtained from the Contracting Officer’s Representative (COR). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by the local installation’s Security Forces, Director of Emergency Services or local Security Office. The contractor shall ensure compliance with all personal identity verification requirements as directed by DoD, HAF and/or local policy. Should the Force Protection Condition (FPCON) change, the Government may require changes in contractor security matters or processes.

  6. AT Level I Training. All contractor employees, to include subcontractor employees, requiring access Government Installations, Facilities and Controlled Access areas shall complete AT Level I awareness training within XX calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. Certificates of completion for each affected contractor employee and subcontractor employee will be maintained by the COR or Antiterrorism Representative. AT level I Awareness Training is available at the following website: http://jko.jten.mil.



(ix) The provision at 52.212-2, Evaluation -- Commercial Items, Alternate 1 is applicable. Basis for award is Best Value. The Government intends to make a single firm-fixed price award, but reserves the right to make up to 3 BPA awards. The following commercial item is requested in this solicitation.



(a) The Government will award a BPA 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 Performance.

  2. Pricing

  3. Past Performance





Technical and past performance, when combined, are equally important when compared to price.





(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).





(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 only once a BPA call is issued by the Government. After a BPA call issuance there will be no further action required 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.





ADDENDUM TO FAR Part 52.212-2 Evaluation – Commercial Items (OCT 2014)





(a) This solicitation will be evaluated under Federal Acquisition Regulation (FAR) Part 13. The solicitation will be solicited as a small business set aside through Contract Opportunities. The Government will award a BPA 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. Upon closing, the offers will be evaluated using Best Value evaluation criteria. The Government reserves the right to award one and up to three contract awards. The following factors shall be used to evaluate offers:





Factor 1- Technical Performance:





The contractor shall be responsible for ensuring their quote fully outlines the capability to adhere to the delivery deadline, quantities required, and specifications listed in the Statement of Work (SOW). Technical performance shall be found to be either acceptable or unacceptable based on the answers to the following questions:






  1. Can the vendor provide the items by the delivery date outlined in part 3 in the Statement of Work? Is verification from the manufacturer provided and how long is the verification of delivery date good for?

  2. Does the contractor provide demountable office walls?





The Government will determine the vendor to be Technically Acceptable only if all answers to the above questions (1 & 2) are “Yes”. The final determination of whether an “or equal” will meet the needs of the Government lies with the Government. If the contractor does not submit a product data sheet as required then the answer will automatically be “No.”





Factor 2 – Pricing:





The government will evaluate all technically acceptable offerors’ prices.



In terms of “price reasonableness”, the Government will focus on whether the price is too high or too low to be considered fair and reasonable. In terms of “completeness”, the Government will focus on whether the price appears to cover all of the work identified in the SOW. In terms of “balance”, the Government will focus on whether pricing is consistent with historical contract information and market research.



Pricing will not be scored or rated and will not be considered unless the quotes technically acceptability in factor 1 are graded as acceptable. Pricing shall include all aspects of the office furniture to include product, shipping with lift gate capabilities, installation, design, tools, equipment, supervision, etc.





Factor 3 – Past Performance:





The government will only evaluate past performance in the case of a tie of an exactly same proposed requirement and exactly same price provided.








  1. The Offeror shall provide up to three (3) relevant projects or contracts that include all of the following information:





i. Government Agency/Company who awarded the contract



ii. Contract Number



iii. Description of Services



iv. Contract Value



v. Period of Performance



vi. Place of Performance



vii. Contract Type



viii. Current POC with current email address and phone number






  1. Failure to submit all of the above information will render the Offeror non-compliant and ineligible for award.

  2. Relevancy: The ratings for past performance will include the following past performance relevancy ratings:





Past performance is a measure of the degree to which an Offeror, as an organization, has in the past 3 years satisfied its customers, and efficiently and effectively managed their contracts, on projects of similar scope and magnitude. Past performance history shall be used to gauge the level of risk. An Offeror’s past performance will be assessed as very relevant, relevant, somewhat relevant, or not relevant. Very relevant shall mean that present or past performance effort involved essentially the same scope and magnitude of effort and complexities that this solicitation requires. Relevant shall mean that present or past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires. Somewhat relevant shall mean that present or past performance effort involved some of the scope and magnitude of effort and complexities this solicitation requires. Not relevant shall mean that present or past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires. The results may be utilized to determine the Offeror’s rating on past projects with Government or other customers. Offeror’s with no relevant performance history or for whom information on past performance is not available will receive a neutral rating. A neutral rating will be evaluated as a “pass” for the purposes of determining technical acceptability. In the investigation of an Offeror’s past performance, the Government has the right to contact former customers, government agencies, and other private and public sources of information. Offerors must either provide the below information or affirmatively state that it possesses no relevant, directly related, or similar past performance. In addition, the vendor shall send past performance questionnaires to three relevant customers.






  1. STANDARD:






  1. Pass: The standard is met when: the Offeror has not been Terminated for Cause/ Default on past Project(s) within the past 3 years, and either (1) the Offeror receives an “Acceptable” or “Neutral” rating on all pasty performance surveys sent out by the government or (2) the Offeror has no relevant past performance.






  1. Fail: The Offeror has been terminated for Cause/ Default on past project(s) within the past 3 years, or an “unacceptable rating was received on any past performance survey(s).







(x) A successful offeror shall include a completed copy of the provision at 52.212-3 Alt-1, Offeror Representations and Certifications -- Commercial Items, with its offer and address the items listed within the addenda of this provision.



(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.



(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause are applicable to the acquisition, which include:





FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards.



FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities.



FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.

FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.



FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations.



FAR 52.219-6, Notice of Total Small Business Set-Aside.

FAR 52.219-28, Post Award Small Business Program Representation.

FAR 52.222-3, Convict Labor.



FAR 52.222-19, Child Labor – Cooperation with Authorities and Remedies.



FAR 52.222-21, Prohibition of Segregated Facilities.

FAR 52.222-26, Equal Opportunity.



FAR 52.222-35, Equal Opportunity for Veterans.



FAR 52.222-36, Equal Opportunity for Workers with Disabilities.



FAR 52.222-37, Employment Reports on Veterans.



FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act.



FAR 52.222-50, Combating Trafficking in Persons.



FAR 52.222-54, Employment Eligibility Verification.



FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving.

FAR 52.225-13, Restrictions on Certain Foreign Purchases.

FAR 52.233-3, Protest After Award.

FAR 52.233-4, Applicable Law for Breach of Contract Claim.





The following provisions are incorporated into this solicitation by reference:





FAR 52.204-7, System for Award Management.



FAR 52.204-16, Commercial and Government Entity Code Reporting.



FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.



FAR 52.219-1, Small Business Program Representations (Deviation 2023-O0002).



FAR 52.237-1, Site Visit.



DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials.



DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls.



DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services – Representation.



DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation.

DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.

DFARS 252.225-7031, Secondary Arab Boycott of Israel.



DFARS 252.225-7055, Representation Regarding business Operations with the Maduro Regime.



DFARS 252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites – Representation (DEVIATION 2021-O00003).





The following clauses are incorporated into this solicitation by reference:





FAR 52.204-13, System for Award Management Maintenance.



FAR 52.204-18, Commercial and Government Entity Code Maintenance.



FAR 52.204-19, Incorporation by Reference of Representations and Certifications.



FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance or Equipment.



FAR 52.204-26, Covered Telecommunications Equipment or Services – Representation.



FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters.



FAR 52.219-8, Utilization of Small Business Concerns (Deviation 2023-O0002).



FAR 52.222-37, Employment Reports on Veterans.



FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran-Representation and Certifications.

FAR 52.228-5, Insurance – Work on a Government Installation.



FAR 52.232-36, Payment by Third Party.



FAR 52.232-32, Multiple Payment Arrangements.



FAR 52.232-39, Unenforceability of Unauthorized Obligations.

FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors.

FAR 52.247-34, F.O.B. Destination.



FAR 52.249-1, Termination for Convenience of the Government (Fixed Price)(Short).

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials.

DFARS 252.203-7002, Requirement to Inform Employees of Whistleblowers Rights.



DFARS 252.204-7003, Control of Government personnel Work Product.

DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.

DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information.

DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors.



DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services.



DFARS 252.211-7008, Use of Government-Assigned Serial Numbers.



DFARS 252.215-7007, Notice of Intent to Resolicit.



DFARS 252.215-7008, Only One Offer.



DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons.



DFARS 252.225-7001, Buy American and Balance of Payments Program.



DFARS 252.225-7002, Qualifying Country Sources as Subcontractors.



DFARS 252.225-7012, Preference for Certain Domestic Commodities.



DFARS 252.225,-7021, Trade Agreements.



DFARS 252.225-7048, Export Controlled Items.



DFARS Clause 252.225-7052, Restriction on Acquisition of Certain Magnets, Tantalum, and Tungsten.



DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.

DFARS 252.232-7010, Levies on Contract Payments.

DFARS 252.244-7000, Subcontracts for Commercial Items.

DFARS 252.247-7023, Transportation of Supplies by Sea.





The following provisions are incorporated by full text.





FAR 52.204-20, Predecessor of Offeror.



FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.



FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations – Representation.



FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law.



FAR 52.219-14, Limitations on Subcontracting (Feb 2023) (Deviation 2021-O0008).



DFARS 252.204-7011, Alternative Line-Item Structure.



DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services – Representation.



DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services – Representation.



DFARS 252.225-7000, Buy American - Balance of Payments Program Certificate.



DFARS 252.225-7020, Trade Agreements Certificate.



DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism.



DFARS 252.247-7022, Representation of Extent of Transportation by Sea.

(Offerors shall include completed copies of the certifications within the following provisions with their offer.)





The following clauses are incorporated by full text.





FAR 52.252-2, Clauses Incorporated by Reference.

FAR 52.252-6, Authorized Deviations in Clauses.



DFARS 252.211-7003, Item Unique Identification and Valuation.



DFARS 252.232-7006, Wide Area Workflow Payment Instructions.





(xiii) The contractor shall provide a one-year warranty for all products provided.





(xiv) Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation.





(xv) A site visit is scheduled for 8 June 2023 at 0800 for CLINs 0001 – 0012 & 0026 and 9 June 2023 at 0800 for CLINs 0013 – 0025 at 2416 S. Falcon Blvd, Bldg 728 Room 3, Peoria, IL 61607. Any contractor planning to attend must email SMSgt Ben Yeutson at the email address below. Contractors shall provide the name, and if applicable the vehicle type, no later than 6 June 2023 at 1500 Central Standard Time (CST). Contractors need to plan for a vehicle search that could take up to 20 minutes. All questions regarding this RFQ shall be submitted via email to SMSgt Benjamin Yeutson at benjamin.yeutson@us.af.mil and Mr. Jason Shallenberger at jason.shallenberger@us.af.mil. All questions are due by 14 June 2023 at 1500 Central Standard Time (CST) and will be posted as an amendment to this solicitation via www.sam.gov on or about 14 June 2023. Quotes are due at 4:00 PM CST on 28 June 2023. In the event that the Contract Opportunities portal is down or an offeror cannot post their quotes, send an email with the quotation to the following individuals: SMSgt Benjamin B. Yeutson at benjamin.yeutson@us.af.mil and Mr. Jason Shallenberger at jason.shallenberger@us.af.mil.





(xvi) Information regarding the solicitation may be directed to the point of contact noted above.




Attachments/Links
Contact Information
Contracting Office Address
  • KO DODAAC FOR ILANG DO NOT DELETE 2418 S MUSTANG ST BLDG 728
  • GREATER PEORIA AIRPOR , IL 61607-5004
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >