Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2007 FBO #1930
SOLICITATION NOTICE

71 -- Office Furniture Bldg 278

Notice Date
3/8/2007
 
Notice Type
Solicitation Notice
 
NAICS
337211 — Wood Office Furniture Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID, 83648-5296, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F3F1817052A100(1)
 
Response Due
3/16/2007
 
Archive Date
3/31/2007
 
Description
(i) This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and written solicitation will not be issued. (ii) Request for Quote (RFQ) F3F1817052A100 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15 and through Department of Defense Acquisition Regulation Change Notice 20070122. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as UNRESTRICTED. North American Industrial Classification Standard: 337211; Small Business Size Standard: 500 (v) CLIN (0001) Office Furniture for Bldg 278 see SOW (vi) FOB-Destination for delivery to: Bldg 278 Thunderbolt Street MHAFB, ID 83648. Delivery NLT 1 Jun 07. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) (ix) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (ix) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included. (x) The following provisions and clauses apply to this acquisition: FAR 52.203-3 Gratuities; FAR 52.203-6 Restriction on Subcontractor Sales to the Government, w/Alternate I; FAR 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer?Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34; F.O.B.?Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.204-7004 Alternate A; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Quailifying Country Sources as Subcontractors; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.243-7002 Request for Equitable Adjustment; DFARS 252.247-7023 Transportation of Supplies by Sea, and AFFARS 5352.201-9101 Ombudsmen (see below POC) **Colonel David Glowacki, 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone:(757) 764-5371 fax:(757) 764-4400 email: david.glowaacki@langley.af.mil** Offerors must include a completed copy of the provision at: DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items (Over SAT ). (xi) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xii) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xiii) The provision at FAR 52.212-1 Instructions to Offerors?Commercial Items, applies to this acquisition. (xiv) The clause at FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xvi) Numbered Notes (xvii) Quotes must be emailed to John Hofmann at john.hofmann@mountainhome.af.mil, or faxed to (208)828-2658. Quotes are required to be received no later than 16:30 MST, 16 Mar 2007. Statement of Work for Building 278 Furniture Contract The purpose of this statement of work (SOW) is to specify the government?s requirement for the installation of office furniture into approximately 26 rooms in building 278 on Mountain Home AFB. This furniture shall support operations of the 389th Fighter Squadron. The contractor shall perform space planning and furniture installation for the entire building in accordance with this SOW and shall provide accurate diagrams of the building, each room, and any items planned for installation. The contractor shall also provide to the government an itemized list of items with their respective costs for government review. Attachment 1 to this SOW is a floor plan diagram for building 278. The diagram is not to scale, and the contractor shall verify all room dimensions. Appearance of all installed items shall be attractive and professional, as determined by the government. If possible, the contractor will offer design advice and choices to the government based on contractor ability to order different materials. Hard surfaces should have a natural wood appearance. Upholstery should match the furniture finish and the carpet being planned for installation into building 278. All items should have an expected service life of 10 years or more unless otherwise noted below. Unless otherwise noted, furniture shall be movable without tools or special skills. ?Cubicle? type assembled furniture is not acceptable. Terms: Executive Offices (CC, DO, CCE) ? The three Executive Offices shall be furnished with the same style/design of furniture. The appearance shall be that of ?solid wood? furniture, or wood veneers. Executive chairs shall be high backed, fully adjustable, and have arm rests. FGO ? Field Grade Officer, a mid-level officer, major or lieutenant colonel. CGO ? Company Grade Officer, a junior officer, lieutenant or captain. NCO ? Non-Commissioned Officer, a sergeant. FGO Work Space ? All FGO Work Spaces will include an ?L? shape desk configuration (or other configuration with similar amount of desktop/storage space) with approximately 66?W x 30?D desk, 30?D return, hutch with book shelves suitable for at least six 3? 3-ring binders, built in task lighting, tack board, power distribution/surge protector, cable management, computer/CPU area, and one locking hanging file drawer. Each room with an FGO Work Space shall have one 4?H x 6?W white magnetic dry-erase board mounted on the wall with space in front of it to draw, one 3?W x 6?H book shelf, four book-ends, and space left for a compact refrigerator (refrigerator supplied by government). Each work space shall include a deluxe adjustable office chair. CGO/NCO Work Space ? All CGO/NCO Work Spaces will include a double pedestal desk configuration with approximately 66?W x 30?D desk, hutch with book shelves suitable for at least six 3? 3-ring binders, built in task lighting, tack board, power distribution/surge protector, cable management, computer/CPU area, and one locking hanging file drawer. Each work space shall include a deluxe adjustable office chair. Temporary Workstation ? A desk with space for one computer and one open binder for personnel to do short duration computer tasks. Each Temporary Workstation shall include a deluxe adjustable office chair. Furniture requirements: Reference Attachment 1 of this SOW for total number of seating positions in each room. The following list identifies each office and what type of furniture shall be installed. CC ? Commander, Executive Office space. The CC office shall include a free-standing 72?W x 36?D double pedestal desk. It will also include a matching credenza and hutch against the side wall with hanging file drawers, storage cabinets, book shelves suitable for at least six 3? 3-ring binders, built in task lighting, tack board, power distribution/surge protector, cable management, and a computer/CPU area. This office will also have three small upholstered/simulated leather ?club? chairs for guests, two small coffee tables, one 3?W x 6?H book shelf with four book-ends, and space left for a compact refrigerator (refrigerator supplied by government). DO ? Director of Operations, Executive Office space. The DO office shall include an ?L? shape configuration with a 72?W x 36?D double pedestal desk, and matching 30?D credenza and hutch with hanging file drawers, storage cabinets, book shelves suitable for at least six 3? 3-ring binders, built in task lighting, tack board, power distribution/surge protector, cable management, and a computer/CPU area. This office will also have a 60? diameter round meeting table with four task chairs, one 3?W x 6?H book shelf with four book-ends, and space left for a compact refrigerator (refrigerator supplied by government). CCE ? Executive Officer, Executive Office space. The CCE office shall include an ?L? shape configurations with a 72?W x 36?D double pedestal desk, and matching 30?D credenza and hutch with hanging file drawers, storage cabinets, book shelves suitable for at least six 3? 3-ring binders, built in task lighting, tack board, power distribution/surge protector, cable management, and a computer/CPU area. Any other desks will be CGO/NCO Work Spaces. This office will also have two small upholstered/simulated leather ?club? chairs for guests (matching with CC office chairs), one small coffee table, one 36? wide three drawer lateral file. ADO ? All FGO Work Spaces FLT CC ? All FGO Work Spaces DOV/SNACKO ? 1 FGO Work Space and the rest CGO/NCO Work Spaces SE/DOM - 1 FGO Work Space and the rest CGO/NCO Work Spaces IM/CCS ? 1 FGO Work Space and the rest CGO/NCO Work Spaces DOG ? All CGO/NCO Work Spaces, plus two 36? wide three drawer lateral files DOL ? All CGO/NCO Work Spaces DOS/DOT ? 2 FGO Work Spaces and the rest CGO/NCO Work Spaces. 18? of the length of the wall needs to remain open for later installation (by the government) of custom schedule boards. Internet Caf? ? 6 Temporary Workstations, one 4? conference table with four conference chairs. Letter size mailbox system along wall for ~100 personnel/offices, approx 2.5? height avail per person. Conference Room: 1 Temporary Workstation, one 8? long conference table with 6-8 conference chairs. IM/DOV/SNACKO STORAGE: Room should be planned to hold rows of sturdy lockable storage cabinets suitable for storing books, publications, paper, computers, monitors, boxes. DOV/DOG STORAGE: Room should be planned to hold rows of sturdy lockable storage cabinets suitable for storing books, publications, paper, computers, monitors, boxes, and one CGO/NCO Work Space. DOW/ASM ? 1 FGO and the rest CGO/NCO Work Space DOI ? 1 FGO and the rest CGO/NCO Work Space WEAPONS LIBRARY ? All CGO/NCO Work Spaces 2-ship Flight Briefing Rooms ? Existing tables and chairs shall be used. Contractor to install sturdy, moveable, floor standing audio/video stands for up to four video tape players, and four 17? flat panel displays. One Temporary Workstation to house the computer system driving our large displays. 4-ship Flight Briefing Room ? Existing tables and chairs shall be used. Contractor to install sturdy, moveable, floor standing audio/video stands for up to four video tape players, and four 17? flat panel displays. One Temporary Workstation to house the computer system driving our large displays. Main Briefing Room ? Stadium seating for ~100 people, 1 Temporary Work Space for display system support, suitable to control three separate computer systems. One lecturn/podium. Mission Planning Room ? Two "bar-height" mission planning tables for aircrew use, with clear glass/plexiglass tops, and storage drawers underneath, approximately 4'Wx8'L. Approximately 18' of table space, 30? deep, along wall to provide room for 6 Temporary Workstations for mission planning computer systems. Four Temporary Workstations, 30" deep, lined up for video tape review, sufficient room for one 18" wide tape player, one flat monitor, and table top space for an open 3 ring binder. One office chair per station. Floor plan will be posted on 9 March.
 
Place of Performance
Address: Bldg 278 Thuderbolt Street, MHAFB, ID
Zip Code: 83648
Country: UNITED STATES
 
Record
SN01246586-W 20070310/070308220635 (fbodaily.com)
 
Source
FedBizOpps 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.