Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2004 FBO #1033
MODIFICATION

71 -- CUSTOM BUILT CABINETS

Notice Date
9/22/2004
 
Notice Type
Modification
 
NAICS
337211 — Wood Office Furniture Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 347 CONS, 4380B Alabama Rd., Moody AFB, GA, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-04-Q-0086
 
Response Due
9/27/2004
 
Archive Date
10/12/2004
 
Point of Contact
Cherry Roberts, Contract Specialist, Phone 229-257-4712, Fax 229-257-4032,
 
E-Mail Address
cherry.roberts@moody.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is AMENDMENT NUMBER TWO. The reason for this amendment to the combined synopsis and solicitation is to provide site visit notes. SITE VIST NOTES: Custom cabinets will be constructed of solid oak wood in natural oak finish with brush chrome color hardware. Top surface is 3/4 plywood top with plywood edge. A lip is not desired for the top. Cabinets will not exceed 38 inches height, six feet in length and must be 18 inches deep. Cabinets will have a 3-inch kickboard. Only the right side of the unit consisting of drawer and doors with one shelf behind the closed doors requires backing. Shelf depth inside is not required to come all the way to the doors. Opening on bottom left side of the unit must be twenty inches in width to allow air passage between CPUs. Shelf dimensions are not exact. Contractor will be required to install cabinets at each location in various briefing rooms. Vertical storage slots for binders must be at minimum fourteen (14) inches in height and must accommodate three and four inch binders. Three or four binder slots are required. Unit shall not exceed six feet in length. Storage opening located immediately above the binder slots must accommodate flight guides that measure 10 inches in height. Height for top storage opening located above the binder slots and the middle storage opening will be determined by available space left after space has been allocated for the binders and flight guides. Awardee will make one prototype cabinet for delivery at which time final modifications and/or approval will be made. NOTE: A drawing is available, but it is not to scale. Each contractor is responsible for his or her own measurements at site visit. ANOTHER SITE VISIT IS SCHEDULED FOR 2:00PM EST ON FRIDAY, 24 SEPTEMBER 2004.QUOTES MUST BE RECEIVED NO LATER THAN 2:00 PM EST ON 27 SEPTEMBER 2004.This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is FA4830-04-Q-0086 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2001-24, Defense Acquisition Circular (DAC) 2004625 and Air Force Acquisition Circular (AFAC) 2004-0804. For informational purposes The North American Industry Classification System is 337211. The BID SCHEDULE shall be for cabinets, CLIN 0001 24 each, cabinets, custom built to house instructor pilot equipment used during briefings and debriefings. Site visit willl be held Tuesday 21 Sep 04, 2:00 pm at the 347th Contracting Squadron, Moody AFB, GA. All contractors are responsible for completing measurements and necessary drawings. FOB Point: Destination. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. This requirement is 100% set aside for small business. The Government contemplates award of a firm fixed price contract resulting from this solicitation. Firms responding to this synopsis should reference the solicitation number and indicate their business size as defined by FAR 52.219. Inquires concerning this synopsis must be in writing and may be faxed to 229-257-4032. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Quote shall also contain all other documentation specified herein. Signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. EVALUATION/AWARD:IAW FAR 52.212.2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation to the responsive responsible low offeror. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-4032. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents. FAR 52.211-6 Brand Name or Equal. 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 (Deviation). Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.219-6 Notice of Total Small Business Set-Aside, 52.222-3 Convict Labor (E.O. 11755), FAR 222-19 Child Labor -- Cooperation with Authorities and Remedies, FAR 222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.225-3, Buy American Act-Free Trade Agreement--Israeli Trade Act and Alt II, 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241), FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment. Pursuant to DFAR Clause 252.212-7001 the following clauses are hereby incorporated by reference: DFAR 252.232-7003 Electronic Submission of Payment Requests, DFAR 252.247-7023 Transportation of Supplies by Sea and DFAR 252.247-7024 Notification of Transportation of Supplies by Sea. The Defense Priorities and Allocations System (DPAS) rating is C9E. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 347 CONTRACTING SQUADRON (MSCB) LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 2:00 P.M. EST ON 27 September 2004. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION NUMBER, DATE & TIME, AND REQUEST FOR QUOTATION (RFQ) TITLE ON THE OUTSIDE OF THE ENVELOPE. FACSIMILE OFFERS WILL BE ACCEPTED. The point of contact for this solicitation is Cherry Roberts, 229-257-4712, 229-257-4032 fax or Bryan Ewing, 229-257-4717. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-SEP-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSOC/347cons/FA4830-04-Q-0086/listing.html)
 
Place of Performance
Address: MOODY AFB GA
Zip Code: 31699
Country: USA
 
Record
SN00680127-F 20040924/040922213543 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.