Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2005 FBO #1363
MODIFICATION

71 -- Freedom Hall and Liberty Hall Dining Furniture

Notice Date
8/18/2005
 
Notice Type
Modification
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 89th CONS, 1419 Menoher Drive, Andrews AFB, MD, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
Reference-Number-F1D3685202A100
 
Response Due
8/23/2005
 
Archive Date
9/7/2005
 
Point of Contact
Leslie Riffey, Contract Specialist, Phone 301-981-2309, Fax 301-981-1914, - Dennis Alber, Contract Specialist, Phone (301)981-2342, Fax (301)981-1913,
 
E-Mail Address
Leslie.Riffey@andrews.af.mil, Dennis.Alber@andrews.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THIS AMENDMENT REPLACES ALL PREVIOUS POSTINGS OF THIS COMBINED SYNOPSIS/SOLICITATION. AMENDMENT #3: The following changes are hereby incorporated. All other terms and conditions remain unchanged. A sight visit was held 12 Aug 2005 at 10:00 am EST and its results are the update of all line items within this combined synopsis/solicitation. 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. 2. Reference Number F1D3685202A100 is issued as a request for quotation (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04 and DCN 20050621. 4. This is a 100% Small Business Set-Aside. If there is no offer received from a small business concern, this acquisition for small business set-aside may be dissolved and the acquisition open to all responsive bidders. NOTE: This acquisition will not be reposted to the Electronic Posting System if the acquisition is dissolved for 100% small business consideration. Number note 1 is applicable. The NAICS code is 337127 and the size standard is 500 employees. 5. This solicitation contains thirty three (33) line items as follows: CLIN 0001: 61 ea, Plymold, PN: 6461PS, Westbrook Chair, Chair Paint Color: Gray 39-70010, Seat Style-Insert: Upholstered Seat Insert, Seat Color-Insert: New Burgundy C363546, Or Equal; CLIN 0002: 2 ea, Plymold, PN: 341048, Upholstered Booth Single 42" H 44" L, Upholstery: Standard Vinyl, Plain Back, 1 Vinyl Upholstered End Panel, Or Equal; CLIN 0003: 11 ea, Plymold, PN: 342048, Upholstered Booth Double 42" H 48" L, Upholstery: Standard Vinyl, Plain Back, 1 Vinyl Upholstered End Panel, Or Equal; CLIN 0004: 3 ea, Plymold, PN: 323003, Upholstery Booth 3/4 Corner 42" H, Upholstery: Standard Vinyl, Plain Back, 2 Vinyl Upholstered End Panels, Or Equal; CLIN 0005: 20 ea, Plymold, PN: M&M Misc, Custom Millwork Miscellaneous, Wooden Coat Rack Booth Attachment, Or Equal; CLIN 0006: 1 ea, Plymold, PN: 30044, Dur A Edge Table Top, 30" x 44" 4 Color Inlay ,4 Radius Corners, Standard Laminate, Or Equal; CLIN 0007: 16 ea, Plymold, PN: 42042, Dur A Edge Table Top, 42" x 42" 4 Color Inlay, 4 Radius Corners, Standard Laminate, Or Equal; CLIN 0008: 3 ea, Plymold, PN: 42542, Dur A Edge Table Top, 42" x 42" w/5 Sides 4 Color Inlay, Standard Laminate, Or Equal; CLIN 0009: 36 ea, Plymold, PN: 70501BW, Metal 3" Table Base 22" x 22", Pedestal Foot Color: Black Wrinkle RAL9005, Pedestal Column Style: Metal Column, Pedestal Column Color: Black Wrinkle RAL9005, Pedestal Column Height: 30", Or Equal; CLIN 0010: 19 ea, Plymold, PN: 70505BW, Metal 4" Table Base - 36" x 36", Pedestal Foot Color: Black Wrinkle RAL9005, Pedestal Column Style: Metal Column, Pedestal Column Color: Black Wrinkle RAL9005, Pedestal Column Height: 30", Or Equal; CLIN 0011: 12 ea, Plymold, PN: 341048, Upholstered Booth Single 42" H 48" L, Upholstery: Standard Vinyl, Plain Back, 1 Upholstered End Panel, Or Equal; CLIN 0012: 17 ea, Plymold, PN: 30048, Dur A Edge Table Top, 30" x 48" 4 Color Inlay, 2 Radius Corners, Standard Laminate, Or Equal; CLIN 0013: 112 ea, Plymold, PN: 6461PS, Westbrook Chair, Chair Paint Color: Gray 39-70010, Seat Style-Insert: Upholstered Seat Insert, Seat Color-Insert: New Burgundy C363546, Or Equal; CLIN 0014: 34 ea, Plymold, PN: 341048, Upholstered Booth Single 42" H 48" L, Upholstery: Standard Vinyl, Plain Back, 1 Upholstered End Panel, Or Equal; CLIN 0015: 33 ea, Plymold, PN: 342048, Upholstered Booth Double 42" H 48" L, Upholstery: Standard Vinyl, Plain Back, 1 Upholstered End Panel, Or Equal; CLIN 0016: 66 ea, Plymold, PN: M&M Misc, Custom Millwork Miscellaneous, Wooden Coat Rack Booth Attachment, Or Equal; CLIN 0017: 50 ea, Plymold, PN: 30048, Dur A Edge Table Top, 30" x 48" 4 Color Inlay, 4 Radius Corners, Standard Laminate, Or Equal; CLIN 0018: 21 ea, Plymold, PN: 42042, Dur A Edge Table Top, 42" x 42" 4 Color Inlay 4 Radius Corners, Standard Laminate, Or Equal; CLIN 0019: 2 ea, Plymold, PN: 30030, Dur A Edge Table Top, 30" x 30" 4 Color Inlay 4 Radius Corners, Standard Laminate, Or Equal; CLIN 0020: 2 ea, Plymold, PN: 48000, Dur A Edge Table Top, 48" Round, 4 Color Inlay, Standard Laminate, Or Equal; CLIN 0021: 104 ea, Plymold, PN: 70501BW, Metal 3" Table Base - 22" End, Pedestal Foot Color: Black Wrinkle RAL9005, Pedestal Column Style: Metal Column, Pedestal Column Color: Black Wrinkle RAL9005, Pedestal Column Height: 30", Or Equal, CLIN 0022: 23 ea, Plymold, PN: 70505BW, Metal 4" Table Base - 36" x 36", Pedestal Foot Color: Black Wrinkle RAL9005, Pedestal Column Style: Metal Column, Pedestal Column Color: Black Wrinkle RAL9005, Pedestal Column Height: 30", Or Equal; CLIN 0023: 2 ea, Plymold, PN: 30048, Dur A Edge Table Top, 30" x 48" 4 Color Inlay 4 Radius Corners, Standard Laminate, Or Equal; CLIN 0024: 2 ea, Plymold, PN: 70502BW, Metal 3" Table Base - 22", Pedestal Foot Color: Black Wrinkle RAL9005, Pedestal Column Style: Metal Column, Pedestal Column Color: Black Wrinkle RAL9005, Pedestal Column Height: 30", Or Equal; CLIN 0025: 2 ea, Plymold, PN: 30000, Dur A Edge Table Top, 30" Round, 4 Color Inlay, Standard Laminate, Or Equal; CLIN 0026: 2 ea, Plymold, PN: 70506BW, Metal 3" Table Base - 22", Pedestal Foot Color: Black Wrinkle RAL9005, Pedestal Column Style: Metal Column, Pedestal Column Color: Black Wrinkle RAL9005, Pedestal Column Height: 40", Or Equal; CLIN 0027: 4 ea, Plymold, PN: 341066, Upholstered Booth Single 42" H 66" L, Upholstery: Standard Vinyl, Plain Back, 1 Upholstered End Panel, Or Equal; CLIN 0028: 1 ea, Liberty Hall Freight, Bldg. 3763 for CLIN 0001 through CLIN 0012. There is no long term storage therefore deliver when ready for installation; CLIN 0029: 1 ea, Freedom Hall Freight, Bldg 1628 for CLIN 0013 through CLIN 0027 There is no long term storage therefore deliver when ready for installation; CLIN 0030: 1 ea, Freedom Hall Existing Furniture Removal, Bldg 1628 for CLIN 0011 through CLIN 0021 - to include: Work at Freedom Hall will begin first. Freedom Hall is the larger of the two facilities and is open 24 hours so work will be performed in stages to minimize disruption to customer. Work to begin on a Friday beginning at 2:00 pm EST and continue through weekend. Dining Facility will remain operational for EAT-IN customers Friday evening on side not having furniture removed. Remove existing furniture from one side (1/2) of facility to customer loading dock at back of building. Remove generated debris to customer provided on-site dumpster directly behind building. There are no elevators on site but there are about 5 steps in the loading area. Customer arranged carpet installation on cleared area is scheduled immediately (Friday) after removal of furniture. Carpet install time is 4-5 hours. Saturday morning, remove remaining existing furniture from other side (1/2) of facility. Dining facility will be open Saturday and Sunday for ONLY TAKE-OUT customers and will not interfere with work. Immediately proceed to furniture installation as directed in CLIN 0031 during remaining carpet installation. Remaining carpet installation begins immediately (Saturday) following removal of remaining furniture. Carpet install time is approximately 4-5 hours. CLIN 0031: 1 ea, Freedom Hall New Furniture Installation, Bldg 1628 for CLIN 0011 through CLIN 0021 - to include: Work at Freedom Hall will begin first. Work will be performed in stages and over one (1) weekend to minimize disruption to customer. Saturday, begin installation of furniture on newly carpeted half (1st side) of dining facility while customer arranged carpet installation proceeds on other side (2nd side). Dining facility will be open Saturday and Sunday for ONLY TAKE-OUT customers and will not interfere with work. Uncrate, assemble, set in place new tables, bases, chairs & booths. Level all tables, booths & chairs. After installation completion on first side of dining facility begin new furniture installation on remaining side of facility. Remove all generated debris to customer provided on site dumpster directly behind building. There are no elevators on site but there are about 5 steps in the loading area. CLIN 0032: 1 ea, Liberty Hall Existing Furniture Removal, Bldg 3763 for CLIN 0001 through CLIN 0012 - to include: Work at Liberty Hall will be last and on a separate weekend from Freedom Hall. This facility is only open Mon ? Fri until 1:00 pm EST therefore, all furniture can be removed at one time. Work will be performed through weekend to minimize disruption to customer. Work to begin on a Friday beginning at 2:00 pm EST and continue through weekend. Remove existing furniture to customer loading dock at back of building. Remove all generated debris to customer provided on-site dumpster directly behind building. There are no elevators on site but there are about 5 steps in the loading area. Customer arranged carpet installation is scheduled immediately (Friday) after removal of furniture. Carpet install time is 5 hours. CLIN 0033: 1 ea, Liberty Hall New Furniture Installation - to include: Work at Liberty Hall will be last and on a separate weekend from Freedom Hall. Installation may begin Friday evening after customer arranged carpet installation or start up again Saturday morning. Uncrate, assemble, set in place new tables, bases, chairs & booths. Level all tables, booths & chairs. Remove all generated debris to customer provided on site dumpster directly behind building. There are no elevators on site but there are about 5 steps in the loading area. 6. Delivery Date: 8 Weeks After Date of Contract for Freedom Hall and 9 Weeks After Date of Contract for Liberty Hall. Quote should be FOB Destination, Andrews AFB MD 20762. 7. The provision at FAR 52.212-1, Instructions to Offerors, applies to this acquisition. Multiple offerors and awards are hereby deleted from this solicitation. 8. The provision at FAR 52.212-2, Evaluation of Commercial Items applies. Addendum to Paragraph (a), The Government will award a purchase order resulting from this RFQ to the most responsive, responsible offers whose offer represents the best value in terms of the following factors in descending order. Best value will be based upon a tradeoff between non-price (Delivery) and price factors. The contractor ability to deliver all line items is significantly more important than price consideration. 9. The Government will review all offers for completeness. The Government will award a purchase order resulting from this RFQ to the most responsive offer. 10. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications Commercial, with its offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995); and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Apr 2003) with the quotation 11. All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/ . The following FAR clauses are applicable: FAR 52.212.4, Contract Terms and Conditions Commercial Items. 12. The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jun 2003), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sept 2002); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Apr 2002); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 -Restrictions on Certain Foreign Purchases (Jun 2003); and 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (May 1999). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2003), applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Apr 2003); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2003); and 252.247-7023 - Transportation of Supplies by Sea, Alternate III (May 2002). The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); and 252.204-7004, Required Central Contractor Registration (CCR) (Nov 2001). NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. 52.211-6, Brand Name or Equal. The following DFARS clauses are applicable. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items and DFAR 252.204-7004, Required Central Contractor Registration. 13. Offerors are required to complete and include a copy of the following provisions with their proposals. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.212-7000 (exceeding SAP), Offeror Representations and Certifications-Commercial Items; and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate 14. If interested, e-mail, fax or mail your offer to the POC stated herein. Your offer must include the following: (a) Quote (b) completed Representations and Certifications ?FAR 52.212-3?. 15. Quotations must be received no later than 3:00 pm EST, 23 AUG 2005. All inquiries and concerns must be addressed IN WRITING and faxed or emailed. The Government prefers that all offers are e-mailed to the primary point-of-contact below with Reference Number F1D3685202A100 and contractor?s name listed in the subject block. Facsimile proposals will be accepted at 301-981-1914. Mail offers/proposals should be mailed to: 89 CONS/LGCBB, 1419 Menoher Drive, Andrews AFB MD 20762 (Attn: Hospital Services Team/Ms. Riffey ? Reference Number F1D3685202A100) 17. The Government Primary point-of-contact is Ms. Riffey, 301-981-2309 (Leslie.Riffey@andrews.af.mil). The secondary point-of-contact is MSgt Dennis Alber, 301-981-2310, (Dennis.Alber@andrews.af.mil).
 
Place of Performance
Address: 89th SVS/SVMF, 1535 COMMAND DRIVE, ANDREWS AFB MD
Zip Code: 20762
Country: USA
 
Record
SN00873820-W 20050820/050818212633 (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.