Federal Bid

Last Updated on 30 Jun 2021 at 1 AM
Combined Synopsis/Solicitation
Honolulu Hawaii

7110 - Furniture

Solicitation ID N0060421Q4054
Posted Date 30 Jun 2021 at 1 AM
Archive Date 27 Jul 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Navsup Flt Log Ctr Pearl Harbor
Agency Department Of Defense
Location Honolulu Hawaii United states 96818

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under FAR Part 13, as supplemented with the additional information included in this notice.  This announcement constitutes the only solicitation; a written solicitation will not be issued.  PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both SAM (https://sam.gov/) and NECO (https://www.neco.navy.mil) 

The RFQ number is N0060421Q4054.  This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-05 and DFARS Publication Notice 20210603.  It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.  The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/    and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.  The NAICS code is 337214 and the Small Business Standard is 1,000 employees.

The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government.

A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

The Small Business Office concurs with the acquisition strategy.

The NAVSUP Fleet Logistics Center Pearl Harbor (FLCPH) Regional Contracting Office requests responses from qualified sources capable of providing acoustic extension panels in accordance with Attachment 1 – Furniture List and Attachment 2 – Statement of Work (SOW) for the NAVSUP FLCPHs Code 097 Business Systems Center (BSC) Department and Code 200 Contracting Department.

CLIN 0001: Code 097 Extension Panels

CLIN 0002: Freight

CLIN 0003: Installation of Extension and Brackets

CLIN 0004: Painting of Brackets

CLIN 0005: Code 200 Extension Panels

CLIN 0006: Shipping

CLIN 0007: Delivery and Installation

Quoters shall complete Attachment 4: 52.212-3 and Attachment 5: 52.204-24 in addition to submitting their quote. Quote shall also contain shipping costs to FOB Destination 1942 Gaffney Street, Building 475, 2nd Floor, Joint Base Pearl Harbor Hickam, HI.

The Required Delivery Date (RDD) is 90 days after contract award.

Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. 

The method of payment will be Wide Area Workflow (WAWF).

This requirement will result in a Firm-Fixed Price (FFP) purchase order.

Attachments:

  1. Furniture List
  2. Statement of Work
  3. Floor Plans
  4. FAR 52.212-3, with Alt 1 Provision Offeror Representations and Certifications. If your annual representations are certifications are current in the System for Award Management (SAM), complete only paragraph (b) (on page 5) by filling out “N/A” in paragraph b.
  5. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
  6. MFR for Other than Full and Open Competition

Questions regarding the solicitation: Questions shall be submitted electronically to [email protected]. Oral queries will not be accepted. Emails sent to this address shall clearly

reference the RFQ # N0060421Q4054 in the subject line. Other methods of submitting questions will not be acknowledged or addressed. Questions may be submitted at any day and time, but not later than 10:00 AM (Hawaii Standard Time) on 06 July 2021. Questions submitted after this date and time may not be accepted. Since the submittal of questions may result in amendments to the RFQ, it is imperative that questions be submitted as soon as possible.

A complete quote in response to this Combined Synopsis/Solicitation must include a completed Attachment 4 – 52.212-3 Alt 1 Reps & Certs (if Reps & Certs are not current in SAM) and Attachment 5 – 52.204-24.

FAR Provisions and Clauses:

The following FAR provision and clauses are applicable to this procurement: 

52.204-7          System for Award Management

52.204-10        Reporting Executive Compensation and First-Tier Subcontract Awards

52.204-13        System for Award Management Maintenance

52.204-16        Commercial and Government Entity Code Reporting

52.204-18        Commercial and Government Entity Code Maintenance

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

52.212-1          Instructions to Offerors—Commercial Items (DEVIATION 2018-O0018)

52.212-4          Contract Terms and Conditions—Commercial Items

52.212-5          Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items

52.203-19        Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

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

52.204-25        Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

52.209-10        Prohibition on Contracting with Inverted Domestic Corporations

52.233-3          Protest after Award

52.233-4          Applicable Law for Breach of Contract Claim

52.219-28        Post Award Small Business Program Representation

52.222-3          Convict Labor

52.222-21        Prohibition of Segregated Facilities

52.222-26        Equal Opportunity

52.222-36         Equal Opportunity for Works w/ Disabilities

52.222-50        Combating Trafficking in Persons

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

52.225-13        Restrictions on Certain Foreign Purchases

52.222-19        Child Labor—Cooperation with Authorities and Remedies (DEVIATION 2020-O0019)

52.232-33        Payment by Electronic Funds Transfer—System for Award Management

52.232-39        Unenforceability of Unauthorized Obligations

52.232-40        Providing Accelerated Payments to Small Business Subcontractors

52.252-1          Solicitation Provisions Incorporated by Reference

52.252-2          Clauses Incorporated by Reference

52.252-5          Authorized Deviations in Provisions

52.252-6          Authorized Deviations in Clauses

Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes.  All clauses shall be incorporated by reference in the order.  Additional contract terms and conditions applicable to this procurement are: 

252.203-7000   Requirements Relating to Compensation of Former DoD Officials

252.203-7002   Requirement to Inform Employees of Whistleblower Rights

252.203-7005   Representation Relating to Compensation of Former DoD Officials

252.204-7003   Control of Government Personnel Work Product

252.204-7004   DoD Antiterrorism Awareness Training for Contractors

252.204-7008   Compliance with Safeguarding Covered Defense Information Controls

252.204-7012   Safeguarding Covered Defense Information and Cyber Incident Reporting

252.204-7015   Notice of Authorized Disclosure of Information for Litigation Support

252.204-7016   Covered Defense Telecommunications Equipment or Services – Representation

252.204-7017   Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation

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

252.204-7019   Notice of NIST SP 800-171 DoD Assessment Requirements

252.204-7020   NIST SP 800-171 DoD Assessment Requirements

252.204-7021   Contractor Compliance with the Cybersecurity Maturity Model Certification Level Requirement

252.211-7003   Item Unique Identification and Valuation

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

252.223-7008   Prohibition of Hexavalent Chromium

252.225-7001   Buy American and Balance of Payments Program—Basic

252.225-7012   Preference for Certain Domestic Commodities

252.225-7048   Export-Controlled Items

252.225-7972   Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015)

252.225-7973   Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation. (DEVIATION 2020-O0015)

252.225-7974   Representation Regarding Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005)

252.232-7003   Electronic Submission of Payment Requests and Receiving Reports

252.232-7006   Wide Area Workflow Payment Instructions

252.232-7010   Levies on Contract Payments

252.232-7017   Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration

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-O0003)

252.244-7000   Subcontracts for Commercial Items

252.247-7023   Transportation of Supplies by Sea--Basic 

       

Quotation Submittal Deadline:

This announcement will close at 10:00 AM (Hawaii Standard Time) on 12 July 2021.  Contact Liane Pekelo-Passmore who can be reached via email at [email protected].  Quotes shall be submitted electronically via email to Liane Pekelo-Passmore, email [email protected]. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.

Evaluation Criteria: Procedures in FAR 13.106 are applicable to this procurement. Award decision will be based on a combination of price and a determination of responsibility.

Price: Quoters shall submit a price for each item listed in this Notice. In determining whether a price is fair and reasonable, the government may use historical data, independent Government estimates in its price analysis, or any other technique permissible by FAR 13.106-3 and FAR 15.404-1(b).

Responsibility Determination: To be eligible for award of a purchase order hereunder, the Quoter must be determined by the Contracting Officer to be a responsible prospective Quoter in accordance with FAR 9.1.

The Government may utilize a combination of various Government database repositories used to determine that a contractor is responsible. Such sources include but are not limited to the following: System for Award

Management (SAM), Supplier Performance Risk System (SPRS), Contractor Performance Assessment Reporting System (CPARS) and or the Federal Awardee Performance and Integrity Information

System (FAPIIS).

Issuance of a purchase order. The Government intends to evaluate quotations and issue a purchase order based upon initial quotations received. Therefore, the Quoter’s initial quotation should contain the Quoter’s best terms from a price and technical standpoint. However, the Government reserves the right to request revised quotations from, or negotiate final purchase order terms with Quoters if it is later determined by the Contracting Officer to be necessary. However, the Contracting Officer will not establish a competitive range, conduct discussions, or otherwise utilize the formal source selection procedures described at FAR Part 15. The Government may reject any or all quotations if such action is in the public interest; issue a purchase order to other than the Quoter with the lowest price; and waive informalities and minor irregularities in quotations received. It is the Quoter’s responsibility to ensure that there are no discrepancies presented within the information contained in its quote.

Potential quoters are hereby notified that in the event there are discrepancies within information in a quote received by the Government, or in comparison to Government information provided in the solicitation, the

Government reserves the right to apply its judgment to resolve such discrepancies during the evaluation of the quotes without conducting discussions.

System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.

All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number

if applicable, business size, and payment terms. Quoters are advised that delays can be experienced with the

Government’s email system. Additionally, the email system capacity for each email is 10 MB. Emails greater

than 10 MB will not be delivered and consequently will not be considered. Therefore, quotations exceeding the

size limit must be sent via multiple emails. Zip Files are not accepted. Quotes will not be accepted by facsimile.

Oral quotes will not be accepted. Each response must clearly indicate the capability of the quoter to meet all

specifications and requirements.

******* End of Combined Synopsis/Solicitation ********

Bid Protests Not Available

Similar Past Bids

J b p h h Hawaii 30 Jun 2021 at 7 PM
J b p h h Hawaii 16 Jul 2021 at 9 PM
Location Unknown 04 Dec 2019 at 5 AM
Location Unknown 04 Dec 2019 at 5 AM
Palm beach Florida 19 May 2022 at 6 PM

Similar Opportunities

Hermitage Pennsylvania 11 Jul 2025 at 8 PM
Fort scott Kansas 17 Oct 2025 at 4 AM (estimated)
New york New york 30 Sep 2027 at 4 AM (estimated)
Atlanta Georgia 21 Jul 2025 at 9 PM