Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2010 FBO #3152
SOLICITATION NOTICE

71 -- PORTABLE OFFICE SPACE - TWO WALL OFFICE UNITS

Notice Date
7/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
141 ARW/MSC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
 
ZIP Code
99011-9439
 
Solicitation Number
F6T3LS0180A001
 
Response Due
7/23/2010
 
Archive Date
9/21/2010
 
Point of Contact
Heidi R Weber, 509 247 7224
 
E-Mail Address
141 ARW/MSC
(heidi.weber@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/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; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for services 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. This requirement is issued as a request for quote F6T3LS0180A001. The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-41 and the Defense Federal Acquisition. Regulation Supplement (DFARS) change notice 20100430. The RFQ will result in a firm fixed price contract. The North American Industry Classification System (NAICS) code for this acquisition is 337214 and the size standard is 500 employees. It is the contractors responsibility to become familiar with applicable clauses and provisions. This solicitation is set aside for small business. The date, time and request for quote offers are due by: 9:00A.M. Pacific Time on 23 July 2010 to Heidi.Weber@US.AF.MIL. Must send copy of quote to Scott.petrin@us.af.mil, as well. ALL QUESTIONS ARE TO BE SENT BY EMAIL. No phone questions will be accepted. INCLUDE COMPANY CAGE CODE AND TAX ID INFORMATION WITHIN QUOTE. ALL QUESTIONS ARE TO BE SENT BY EMAIL NLT 20 JULY 2010, 10 AM Pacific Time, SO THAT A PROPER ANSWER MAY BE OBTAINED AND SENT TO ALL PROSPECTIVE VENDORS. **Highly recommended site visit will be Thursday 15 July 2010 at 09:30 AM in Bldg 399 on Fairchild AFB. Please email your name and phone number to Heidi.Weber@us.af.mil to confirm attendance** This requirement is for the following items: 3 EACH PORTAFAB (or equal) Modular Building System two wall office unit, dimensions 10 Ft W x 12 Ft Deep x 10 Ft high, plus several inches to accommodate wall system construction (if necessary for standard sizes) consisting of the following components: System Aluminum Series 200 non-load bearing framing, 1.75 inch wall thickness, framework is anodized aluminum finish, aluminum stud system allow concealed wiring in every stud; Standard Fire and Sound Panels, 1.75 inch wall thickness, vinyl covered hard board on both sides of kraft honeycomb core, standard panels are four feet wide but can be cut to fit desired width and configuration (see attached drawing), class A non-combustible rating. Standard System window, 2 feet wide by 3 ft tall, 0.25 inch clear tempered safety glass, positioned as indicated in attached drawing; Standard system door, 3070 x 1.75 inch insulated unit, pre-hung in 18 gauge steel door frame, door and frame are finished with a polyester baked enamel matching color of wall panels. Each frame comes with 1.5 pairs of 4.5 inch x 4.5 inch mortised hinges and a strike plate preassembled in a wall panel. The door features a commercial quality stainless steel key-in knob lockset with 2.75 inch back set and mortised face plate. Includes standard 0.5 inch clear tempered safety glass window, door closer, aluminum threshold, and kickplate. See attached drawing for positioning of door and window. Specific position determined prior to final contract award. Color will closely match existing color of modular furniture in room. Does not have to be exact match, but as close as reasonably possible. Site visit will clarify this. Vendor will provide an easy to view color sample, by emailed attachment, or a clear color sample provided by mail or in person (within the bid close date specified). Contract will include both delivery and installation of office unit. **Highly recommended site visit will be Thursday 15 July 2010 at 09:30 AM in Bldg 399 on Fairchild AFB. Please email your name and phone number to Heidi.Weber@us.af.mil to confirm attendance** Delivery requirement: 30 days ARO, FOB Destination to Fairchild AFB, WA. Exact address will be provided upon award. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7. Central Contractor Registration. FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal), FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities) FAR 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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. This is a best value decision. The following factors shall be used to evaluate offers: Price and Technical acceptability The Government will evaluate offers for award purposes. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation (if applicable, FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-50, Combating Trafficking in Persons, FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36, Payment by Third Party, FAR 52.237-7, Indemnification and Medical Liability Insurance, (Applicable only for medical contracts), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable) DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III -INCLUDE COMPANY CAGE CODE AND TAX ID INFORMATION WITHIN QUOTE. The date, time and request for quote offers are due by: 9:00A.M. Pacific Time on 23 July 2010 to Heidi.Weber@US.AF.MIL. Must send copy of quote to Scott.petrin@us.af.mil, as well. ALL QUESTIONS ARE TO BE SENT BY EMAIL NLT 20 JULY 2010, 10 AM Pacific Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F6T3LS0180A001/listing.html)
 
Place of Performance
Address: 141 ARW/MSC Washington Air National Guard/ 1320 W WAINWRIGHT BLVD/BLDG 399 Fairchild AFB WA
Zip Code: 99011-9439
 
Record
SN02201993-W 20100712/100710233304-0dbed2da71801a0b8080f8d4e8677767 (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.