Federal Bid

Last Updated on 01 Feb 2019 at 9 AM
Combined Synopsis/Solicitation
Bunker hill West virginia

Shipboard Furniture

Solicitation ID N50054JE018
Posted Date 10 Jan 2019 at 1 PM
Archive Date 01 Feb 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Bunker hill West virginia United states
This is a COMBINED SYNOPSIS/SOLICITATION and RE-SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, 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 FEDBIZOPPS.

The Request for Quote (RFQ) number is N5005419JE018 (re-solicitation of N5005419CNO18). This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-01, effective 20 Dec 2018 and DFARS Publication Notice 20180928, effective 26 October 2018. 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: http://farsite.hill.af.mil/vmfara.htm and http://farsite.hill.af.mil/vmdfara.htm. The NAICS code is 337215. THIS REQUIREMENT IS SOLICITED AS FULL AND OPEN COMPETITION.

SPECIAL NOTICE: If you need the reference document, interested offerors must submit their CAGE code for verification to Joseph L. Estrella at [email protected] and Desiree Logan at [email protected].

The Mid-Atlantic Regional Maintenance Center (MARMC) requests responses from qualified sources capable of providing: CLIN 0001 - Post Office Furniture and CLIN 0002 - Logistic Support Center Furniture.

SEE attachment for delivery date.

Delivery Location is
DLA DISTRIBUTION NORFOLK RMC PROJ
BUNKER HILL TOWAWAY BLDG X136
NORFOLK, VA 23511
M/F: MAGALENE McKELVEY, PH # 757-264-3876
No deliveries will be received after 1400.

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

The following FAR provisions and clauses are applicable to this procurement:
52.204-7 System for Award Management
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
52.204-19 Incorporation by Reference of Representations and Certifications
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended,
or Proposed for Debarment
52.212-1 Instructions to Offerors -- Commercial Items (DEVIATION 2018-O0018);
52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items;
• The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision. http://farsite.hill.af.mil/vmfara.htm

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 (Deviation 2018-O0021)

52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.247-34 F.O.B. Destination

Quoters are reminded to 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
a) Definition. "Covered DoD official" is defined in the clause at 252.203-7000, Requirements Relating to Compensation of Former DoD Officials.

(b) By submission of this offer, the offeror represents, to the best of its knowledge and belief, that all covered DoD officials employed by or otherwise receiving compensation from the offeror, and who are expected to undertake activities on behalf of the offeror for any resulting contract, are presently in compliance with all post-employment restrictions covered by 18 U.S.C. 207, 41 U.S.C. 2101-2107, and 5 CFR parts 2637 and 2641, including Federal Acquisition Regulation 3.104-2.

(End of provision)

252.204-7003 Control of Government Personnel Work Product
252.204-7004 Alt A, System for Award Management
252.204-7007 Alternate A, Annual Representations and Certifications
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
• (a) Definitions. As used in this provision-
"Controlled technical information," "covered contractor information system," "covered defense information," "cyber incident," "information system," and "technical information" are defined in clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting.

(b) The security requirements required by contract clause 252.204-7012, shall be implemented for all covered defense information on all covered contractor information systems that support the performance of this contract.

(c) For covered contractor information systems that are not part of an information technology service or system operated on behalf of the Government (see

252.204-7012(b)(2)-

(1) By submission of this offer, the Offeror represents that it will implement the security requirements specified by National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 "Protecting Controlled Unclassified Information in Nonfederal Information Systems and Organizations" (see http://dx.doi.org/10.6028/NIST.SP.800-171) that are in effect at the time the solicitation is issued or as authorized by the contracting officer not later than December 31, 2017.

(2)(i) If the Offeror proposes to vary from any of the security requirements specified by NIST SP 800-171 that are in effect at the time the solicitation is issued or as authorized by the Contracting Officer, the Offeror shall submit to the Contracting Officer, for consideration by the DoD Chief Information Officer (CIO), a written explanation of-

(A) Why a particular security requirement is not applicable; or

(B) How an alternative but equally effective, security measure is used to compensate for the inability to satisfy a particular requirement and achieve equivalent protection.

(ii) An authorized representative of the DoD CIO will adjudicate offeror requests to vary from NIST SP 800-171 requirements in writing prior to contract award. Any accepted variance from NIST SP 800-171 shall be incorporated into the resulting contract.

(End of provision)

252.204-7011 Alternative Line Item Structure
252.204-7012 Safeguarding Covered Defense Info and Cyber Incident Reporting
252.204-7015 Disclosure of Information to Litigation Support Contractors
252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations.
252.211-7003 Item Unique Identification And Valuation
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American And Balance Of Payments Program-Basic
252.225-7002 Qualifying Country Sources As Subcontractors
252.225-7048 Export-Controlled Items
252.232-7003 Electronic Submission of Payment Requests And Receiving Reports
252.232-7010 Levies On Contract Payments
252.244-7000 Subcontracts For Commercial Items
252.246-7006 Warranty Tracking of Serialized Items
252.247-7023 Transportation of Supplies by Sea

This announcement will close at 12:00 pm, EST on 17 January 2019. Quote must be submitted via email to Joseph L. Estrella (Tel. 757-400-0316, email [email protected]) and Desiree Logan (Tel. 757-400-0329, [email protected]).  

Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.

When evaluation factors are used include:
FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and technical acceptability.

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. 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

Bunker hill West virginia 26 Dec 2018 at 1 PM
Norfolk Virginia 16 May 2025 at 6 PM
Norfolk Virginia 16 Apr 2025 at 2 PM
Norfolk Virginia 25 Jun 2025 at 11 AM
Norfolk Virginia 25 Jun 2025 at 10 AM