Skip to main content

An official website of the United States government

You have 2 new alerts

Office Furniture

General Information

  • Contract Opportunity Type: Special Notice (Updated)
  • Updated Published Date: Mar 29, 2023 08:16 am CEST
  • Original Published Date: Mar 07, 2023 01:18 pm CET
  • Updated Response Date: Mar 27, 2023 04:00 pm CEST
  • Original Response Date: Mar 23, 2023 04:00 pm CET
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 7110 - OFFICE FURNITURE
  • NAICS Code:
    • 337214 - Office Furniture (except Wood) Manufacturing
  • Place of Performance:
    DEU

Description

This is amendment 3 to the oral electronic Request for Quote for commercial items prepared in accordance with the format in Subpart 12.6 and FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only request for quote; quotes are being requested and a written solicitation will not be issued. All changes from the original remain highlighted in yellow, all changes from Amendment 2 will be highlighted green. All new changes will be highlighted in purple.

Please provide a quote for the items listed below by 1600 (4:00 PM) Central European Time (CET), Monday 27 March 2023. All questions regarding this Request for Quote are due in writing by 1600 (4:00 PM) CET), Thursday 16 March 2023. If you submitted questions by the aforementioned due date and time and the Government was unable to answer those questions in rounds 1 or 2 of the Questions and Answers, then only those companies whose questions went unanswered have a one-time quotation deadline extension of 4 April 2023 by 1400 (2PM) Central European Summer Time (CEST). Quotations submitted by companies who had not submitted questions will not be considered.  

Questions shall be submitted via email to iris.laub.de@us.af.mil and daira.rodriguez@us.af.mil. The Government has no obligation to answer any questions received after the due date and time.

The Government reserves the right to reject any quotations received after the suspense above.

This will be a firm-fixed price contract with 16 Contract Line Item Numbers (CLIN). Please provide pricing for the CLIN in order to be deemed technically acceptable. Pricing for the below item shall include required delivery to Ramstein, Germany.

Vendors must be registered in the SAM.gov database to be eligible for contract award.

Registration: In order to be considered/evaluated for award vendors must be registered to do business with the United States Government including all of its agencies. Information about getting registered can be found using the resources below:

https://beta.sam.gov

Non- U.S. companies (CAGE code information): http://www.dlis.dla.mil/nato_poc.asp

All submitted quotes must remain valid for 180 days from close of the RFQ.

Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after closing date. In the event the Government cancels solicitation, the Government has no obligation to reimburse an offeror for any costs.

The Government will award a contract 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. Award shall be based on all, some, or none and best value to the government. Quotes will be evaluated on price and offeror's ability to meet the delivery and specification requirements of this RFQ as appropriate. Only new equipment will be accepted. Re- manufactured or grey market items will not be accepted. All items must include a manufacturer's warranty and be stated in their quote. The Government intends to award without discussions, but reserves the right to enter discussions with offerors as deemed appropriate by the Contracting Officer. The Government reserves the right to conduct interchanges with offerors as deemed appropriate by the Contracting Officer. 

Upon request by the contracting officer, vendors shall be able to provide validation that they are an authorized reseller of any items/brands they are quoting. Failure to be an approved re-seller, may be grounds for a determination of not technically acceptable.

Only Quotes in USD and EUR will be accepted.

Please see the attached detailed item description for additional information.

Delivery to:

Ramstein AB

66877 Ramstein-Miesenbach

Please provide terms of your standard warranty along with your quote!

CLIN

Description

Qty

UOI

Unit Price

Total Price

0001

Rectangular Desk

• Dimensions: 170 cm(W) x 80 cm(D) x H- Adjustable height

• Coloring: Melamine Oak EC Top finish/Grey leg finish

• Additional Description: With sliding top, Cable outlet/management, Electric Adjustable height

75

EA

0002

Modesty Panel

• Dimensions: 170 cm(W) x 2 cm(D) x 30 cm(H)

• Color: Titanium

75

EA

0003

Tambour door cabinet

• Dimensions: 110 cm(W) x 61 cm(D) x 72 cm(H)

• Coloring: Melamine Oak EC Top finish/Grey leg finish

• Additional Information: Locking system, 2 sliding doors, for storage

84

EA

0004

Pedestal Drawer

• Dimensions: 43.3 cm(W) x 80 cm(D) x 51.6 cm(H)

• Color: Melamine Oak EC Top finish/Grey leg finish

• Additional Information: mobile storage, locking system, 3 trays, on wheels

83

EA

0005

Side Opening Tambour Door for printer storage

• Dimensions: 60cm(W) x 45 cm(D) x 72 cm(H)

• Color: Melamine Oak EC Top finish/Grey leg finish

• Additional Information: storage for printer, locking system

40

EA

0006

Visitor Chair, 4 leg base with Armrest

• Coloring: Grey legs, blue upholstery

• Additional Information: Fully upholstered

200

EA

0007

File Cabinet

• Dimensions: 43.1 cm(D) x 80 cm(W) x 3 Binder Height

• Color: Melamine Oak EC Top finish/Grey leg finish

• Additional information: lock system, with bottom to put files. NO hanging files.

18

EA

0008

Wardrobe

• Dimensions: 89cm(W) X 58cm (D) x 183cm(H)

• Color: Melamine Oak EC Top finish/Grey leg finish

• Additional information: lock system, two doors, 4 shelves

16

EA

0009

Hinged doors cabinet

• Dimensions: 80cm(W) X 42cm (D) x 100cm (H)

• Color: Melamine Oak EC Top finish/Grey leg finish

• Additional information: lock system, two doors, 1 shelve

16

EA

0010

open shelves

• Dimensions: 80cm(W) X 42cm (D) x 100cm (H)

• Color: Melamine Oak EC Top finish/Grey leg finish

• Additional information: 2 shelves.

16

EA

0011

Linear Reception Desk & PMR Counter

• Dimensions: 280 cm(W) x 91.5 cm(D) x 3.6 cm (Thickness)

• Color: Melamine Oak EC Top finish/Grey leg finish, sits two people

1

EA

0012

Pip Low Table

• Dimensions: 54 cm(W) x 66 cm(D) x 33 cm(H)

• Color: Melamine Oak EC Top finish/Grey leg finish

2

EA

0013

Meeting Table

• Dimensions: 360-400 cm(W) x 120 cm(D) x 75cm(H)

• Color: Oak

• Additional information: conference table top, cable outlet

1

EA

0014

Acoustic Divider Medium

• Dimensions: 80 cm(W) x 138 cm(H) x 3 cm (Thickness)

• Color: Blue /Grey leg finish

68

EA

0015

Acoustic Divider Large

• Dimensions: 100 cm(W) x 180 cm(H) x 3 cm (Thickness)

• Color: Blue /Grey leg finish

18

EA

0016

Installation

Assembly and placement throughout the facility

1

LOT

Shipping

SHIPPING/HANDELING MUST BE INCLUDED IN THE UNIT PRICE.

Total Price

Please complete all applicable information found below:

Quote #:

Delivery Days ARO:

Terms of standard warranty (include as attachment if needed):

Terms and cost of extended warranty (include as attachment if needed):

DUNS #:

CAGE Code:

Taxpayer ID #:

FOB: Destination

Shipping Weight:

Shipping Dimensions:

Discount Terms:

E-Mail Address:

Applicable FAR, DFARS, AFFARS Clauses incorporated by Reference:

52.203-12        Limitation on Payments to Influence Certain Federal Transactions            2020-06

52.203-19        Prohibition on Requiring Certain Internal confidentiality Agreements or                                             Statements     2017-01

52.204-7          System for Award Management        2018-10

52.204-10        Reporting Executive Compensation and First-Tier Subcontract Awards 2020-06

52.204-13        System for Award Management Maintenance          2018-10

52.204-16        Commercial and Government Entity Code Reporting           2020-08

52.204-18        Commercial and Government Entity Code Maintenance      2016-07

52.204-19        Incorporation by Refererence of Representations and Certifications 2014-12

52.204-21        Basic Safeguarding of Covered Contractor Information Systems            2016-06

52.204-22        Alternative Line Item Proposal          2017-01

52.204-23        Prohibition on Contracting for Hardware, Software, and Services Developed or                          Provided by Kaspersky Lab and Other Covered Entities            2018-07

52.204-24        Representation Regarding Certain Telecommunications and Video Surveillance                            Services or Equipment           2020-10

52.204-25        Prohibition on Contracting for Certain Telecommunications and Video                                                 Surveillance Services or Equipment   2020-08

52.209-6          Protecting the Governments Interest When Subcontracting with Contractors                             Debarred, Suspended, or Proposed for Debarment            2015-10

52.209-10        Prohibition on Contracting with Inverted Domestic Corporations            2015-11

52.211-17        Delivery of Excess Quantities 1989-09

52.212-1          Instructions to Offerors -- Commercial Items 2020-06

52.212-3          Alt I      2021-02

52.212-4          Contract Terms and Conditions -- Commercial items            2018-10

52.212-5          Contract Terms and Conditions Required to Implement Statutes or Executive                                 Orders -- Commercial Items   2022-01

52.222-19        CHILD LABOR—COOPERATION WITH AUTHORITIES AND REMEDIES 2022-12

52.222-50        Combating Trafficking in Persons       2020-10

52.222-50        Alt I      2015-03

52.223-5          Pollution Prevention and Right-to-Know Information          2011-05

52.223-18        Encouraging Contractor Policies to Ban Text Messaging While Driving 2020-06

52.225-13        Restrictions on Certain Foreign Purchases    2021-02

52.232-33        Payment by Electronic Funds Transfer -- System for Award Management 2018-10

52.232-39        Unenforceability of Unauthorized Obligations          2013-06

52.232-40        Providing Accelerated Payments to Small Business Subcontractors            2013-12

52.233-1          Disputes          2014-05

52.233-3          Protest After Award   1996-08

52.233-4          Applicable Law for Breach of Contract Claim 2004-10

52.243-1          Changes -- Fixed-Price.           1987-08

52.247-34        F.o.b. – Destination.   1991-11

252.203-7000 Requirements Relating to Compensation of Former DoD Officials.            2011-09

252.203-7002 Requirement to Inform Employees of Whistleblower Rights.            2013-09

252.203-7005 Representation Relating to Compensation of Former DoD Officials            2011-11

252.204-7003 Control of Government Personnel Work Product.    1992-04

252.204-7015  Notice of Authorized Disclosure of Information for litigation support 2016-05

252.204-7017  Prohibition on the Acquisition of Covered Defense Telecommunications                                      Equipment or Services 2021-01

252.204-7018  Prohibition on the Acquisition of Covered Defense Telecommunications                                      Equipment or Services 2021-01

252.209-7004  Subcontracting with Firms That Are Owned or Controlled by the Government of a country that is a state sponsor of terrorism          2015-10

252.211-7003  Item Unique Identification and Valuation.    2016-03

252.213-7000  Notice to Prospective Suppliers on the use of past performance information                            retrieval system - statistical reporting in past performance evaluations 2018-03

252.215-7013  Supplies and services provided by nontraditional defense contractors 2018-01          

252.223-7006  Prohibition on Storage, Treatment, and Disposal of Toxic and Hazardous                                           Materials.       2014-09

252.223-7008  252.223-7008 Prohibition of Hexavalent Chromium. 2013-06

252.225-7041  Correspondence in English.   1997-06

252.225-7043  Antiterrorism/Force Protection for Defense Contractors Outside the United States  2015-06

252.225-7048  Export-Controlled Items. 2013-06

252.225-7055  Representation Regarding Business Operations with the Maduro Regime 2022-05

252.225-7056  Prohibition Regarding Business Operations with the Maduro Regime 2022-05

252.229-7002  Customs Exemptions (Germany).     1997-06

252.232-7003  Electronic Submission of Payment Requests and Receiving Reports. 2018-12

252.232-7006  Wide Area WorkFlow Payment Instructions. 2018-12

252.232-7008  Assignment of Claims (Overseas).      1997-06

252.232-7010  Levies on Contract Payments. 2006-12

252.232-7017  Accelerating Payments to Small Business Subcontractors - Prohibition on Fees                                    and Consideration      2020-04

252.233-7001  Choice of Law (Overseas).      1997-06

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.                          2021-04

252.243-7001  Pricing of Contract Modifications.     1991-12

252.244-7000  Subcontracts for Commercial Items. 2020-10

252.247-7023  Transportation of Supplies by Sea.     2019-02

5352.201-9101           Ombudsman   2019-10

5352.223-9000           Elimination of Use of Class I Ozone Depleting Substances (ODS) 2019-10

5352.223-9001           Health and Safety on Government Installations       2019-10

5352.242-9000           Contractor Access to Air Force Installations  2019-10

Applicable FAR, DFARS, AFFARS Clauses in full text:

52.225-17 EVALUATION OF FOREIGN CURRENCY OFFERS 2000-02

If the Government receives offers in more than one currency, the Government will evaluate offers by converting the foreign currency to United States currency using

https://comptroller.defense.gov/Portals/45/documents/fcfr/February_2023.pdf in effect as follows:

 (a) For acquisitions conducted using sealed bidding procedures, on the date of bid opening.

 (b) For acquisitions conducted using negotiation procedures-

 (1) On the date specified for receipt of offers, if award is based on initial offers; otherwise

 (2) On the date specified for receipt of proposal revisions.

(End of provision)

52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE 1998-02

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far

(End of provision)

52.252-2 Clauses Incorporated By Reference 1998-02

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es)

https://www.acquisition.gov/browse/index/far

(End of clause)

Contact Information

Contracting Office Address

  • AF BPN NO MILSBILLS PROCESSES UNIT 3076
  • APO , AE 09021-3076
  • USA

Primary Point of Contact

Secondary Point of Contact

History