New Jersey Bids > Bid Detail

NAWCAD Lakehurst Bldg. 562 Furniture Replacement

Agency:
Level of Government: Federal
Category:
  • 71 - Furniture
Opps ID: NBD00159270836485792
Posted Date: Nov 28, 2023
Due Date: Nov 30, 2023
Source: https://sam.gov/opp/0728fefcfa...
Follow
NAWCAD Lakehurst Bldg. 562 Furniture Replacement
Active
Contract Opportunity
Notice ID
N6833524Q0038
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC AD
Office
NAVAIR WARFARE CTR AIRCRAFT DIV
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 28, 2023 11:07 am EST
  • Original Published Date: Nov 13, 2023 11:34 am EST
  • Updated Date Offers Due: Nov 30, 2023 11:00 am EST
  • Original Date Offers Due: Nov 28, 2023 11:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Dec 15, 2023
  • Original Inactive Date: Dec 13, 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:
    Lakehurst , NJ 08733
    USA
Description View Changes

Amendment 0001: Issued to attach Question and Answer document in response to vendor questions.



Amendment 0002: Issued to extend the solicitation to 30 November 2023, 11:00 AM EST. Offers are due no later than 11:00 AM EST, 30 November 2023.



(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. All vendors must be registered and active in the System for Award Management (SAM) Database in order to be eligible for award.



(ii) The solicitation number is N6833524Q0038 and is issued as a Request for Quote (RFQ) unless otherwise indicated herein.



(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05.



(iv) This requirement is a Small Business Set-Aside, and only qualified offerors may submit quotes. The associated Northern American Industrial Classification System (NAICS) code for this procurement is 337214, with a small business size standard of 1,100 employees.



(v) The Naval Air Warfare Center Aircraft Division Lakehurst requires the following items through a Firm Fixed Price contract, as Brand Name or Equal, in accordance with the below CLIN structure and attached Statement of Work (SOW):



Item 001: Executive Conference Chairs IAW SOW, 33, ea;



Item 002: Standard Conference Chairs IAW SOW, 18, ea;



Item 003: Standard Side Chairs IAW SOW, 32, ea;



Item 004: 13 gal Step-on Waste Receptacles IAW SOW, 4, ea;



Item 005: Design IAW SOW, 1, ea;



Item 006: Project Management IAW SOW, 1, ea;



Item 007: Installation IAW SOW, 1, ea;



(vi) FAR 52.211-6, Brand Name or Equal: To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation. Offers must clearly identify the item by brand name, if any, and make or model number. The Government will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Government. The Government is not responsible for locating or obtaining any information not identified in the offer.



New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.



(vii) Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.



Delivery shall be made to the address listed in the attached SOW within 90 days after order receipt. Early delivery is acceptable and encouraged at no additional cost to the Government. Inspection and acceptance shall occur at destination by representatives of the Government.



(viii) Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors- Commercial Products and Commercial Services.



(ix) Award Evaluation Criteria- FAR 52.212-2, Evaluation- Commercial Products and Commercial Services, applies and is incorporated by reference. Award shall be made to the lowest price, technically acceptable offeror.



(x) The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated by reference herein: FAR 52.204-24, Representation Regarding Certain Telecommunications and Surveillance Services or Equipment; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items- the offeror must submit a completed copy of the listed representations and certifications OR indicate that these representations and certifications can be found on the System for Award Management (SAM); FAR 52.212-4, Contract Terms and Conditions- Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-27, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.



(xi) In addition, the selected Offeror must comply with the following commercial item terms and conditions, which are incorporated by reference herein: 52.204-7, System for Award Management; 52.204-13, System for Award Management Maintenance; 252.203-7005, Representation Relating to Compensation of Former DoD Officials (APR 2012); 252.204-7016, Covered Defense Telecommunications Equipment or Services- Representation (DEC 2019); 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services- Representation (MAY 2021); 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services; 252.212-7000, Offeror Representations and Certifications – Commercial Items (JUN 2005); 252.212-7001, Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2012); 252.215-7007, Notice of Intent to Resolicit (JUN 2012); 252.215-7008, Only One Offeror (JUN 2012); 252.223-7008, Prohibition of Hexavalent Chromium, 252.225-7001, Buy American Act & Balance of Payments (DEC 2012); 252.225-7002, Qualifying Country Sources as Subcontractors, 252.225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006, Wide Area Workflow Payment Instructions (MAY 2013); and 252.232-7010, Levies on Contract Payments (DEC 2006).



(xii) Offeror certifies that they have read and understood the terms and conditions provided, and takes no exception to these terms and conditions.



(xiii) This combined synopsis/solicitation provides offerors fewer than 30 days to submit their offer. In the event that only one offer is received in response to this combined synopsis/solicitation, the Contracting Officer may cancel the combined synopsis/solicitation and re-solicit for an additional period of at least 30 days in accordance with DFARS 215.371-2. Normally, competition establishes price reasonableness. In limited situations, additional analysis will be required by the Government to determine reasonableness. If, after receipt of proposal, the Contracting Officer determines that adequate price competition does not exist and a determination is made that none of the exceptions in FAR 14.403-1(b) apply, the Offeror may be required to provide other than Certified Cost or Pricing data in accordance with FAR 15.403-3.



(xiv) All interested vendors shall comply with ALL paragraphs of the Statement of Work to be considered technically acceptable and eligible for award. Vendors must comply with the proposal requirements in SOW Section 3.1 to be considered for award, and submit quotes exactly as outlined in this request for quotes. Offer MUST be good for a minimum of 60 calendar days after close of buy.



(xv) Offers are due no later than 11:00 AM EST, 28 November 2023, electronically to Mairen Flanagan at mairen.e.flanagan.civ@us.navy.mil. Electronic submission is acceptable and encouraged. Please do not submit files over 10MB via email as the system cannot manage large PDF files. Facsimile offers will not be accepted.



**This request neither implies nor requests the commencement of any effort. Furthermore, the Government shall incur no obligation whatsoever as a result of this Request for Quotes if a contract is not executed.**


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • LKE. JB MDL BLDG 271 HIGHWAY 547
  • JOINT BASE MDL , NJ 08733
  • 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 >