SOLICITATION NOTICE
55 -- Lumber
- Notice Date
- 8/19/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423310
— Lumber, Plywood, Millwork, and Wood Panel Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
- ZIP Code
- 32403-5526
- Solicitation Number
- FY11-F4A3301194A002-LUMBER-TYNDALLAFB
- Archive Date
- 10/1/2011
- Point of Contact
- Brian E. Swanson, Phone: 8502838210
- E-Mail Address
-
brian.swanson@tyndall.af.mil
(brian.swanson@tyndall.af.mil)
- Small Business Set-Aside
- HUBZone
- Description
- *Notice to Offerors: 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 the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. This is a combined synopsis/solicitation for commercial items prepared 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 a written solicitation will not be issued. This solicitation, FY11-F4A3301194A002-LUMBER-TYNDALLAFB, is being issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. This procurement is a 100% HUBZone set-aside IAW FAR 19.1305(c). The NAICS code is 423310 and the small business size standard is 500 employees. This RFP consists of the following items, -or equal-: If submitting an -or equal- product, please supply manufacturer name and part number, and specifications if available. If equal, vendor must provide information with quote proving the equality of the items. Technical acceptability of or equal products shall be determined by the government. Line Items to include: ITEM 0001: 2in. x 4in. x 16ft. ACQ Top Choice Treated lumber or equal; Qty: 1,800 ea. ITEM 0002: 15/32in. x 4ft. x 8ft. ACQ Treated Plywood or equal; Qty: 120 ea. ITEM 0003: 4in. x 4in. x 8ft. ACQ Top Choice Treated lumber or equal; Qty: 1,600 ea. ITEM 0004: 1in. x 6in. x 16ft. ACQ Top Choice Treated lumber or equal; Qty: 1,300 ea. ITEM 0005: 1/4in. B/C Plywood BS Pine Exterior or equal; Qty: 626 ea. ITEM 0006: 1in. x 4in. x 16ft. ACQ Top Choice Treated lumber or equal; Qty: 504 ea. ITEM 0007: 2in. x 6in. x 16ft. ACQ Top Choice Treated lumber or equal; Qty: 505 ea. ITEM 0008: 11/32in. x 4ft. x 8ft. PC Pine ULX BC Pine ULX Exterior or equal; Qty: 125 ea. Additional notes: contractors are asked to submit their tax identification number and estimated delivery timeframe with their proposal. FOB Destination must be reflected in the quote. Items shall be received NLT 30 Days ADC. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.211-6 Brand Name or Equal; FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: technical capability of the item offered to meet the Government requirement, warranty, and price. FAR 52.212-3 Alt 1 Offeror Representations & Certifications-Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items (Dev). FAR 52.204-7 Central Contractor Registration. FAR 52.219-1 Alt 1 Small Business Program Representations. FAR 52.219-3 Notice of Total HUBZone Set-Aside. FAR 52.219-6 Notice of Total Small Business Set-Aside. FAR 52.219-28 Post Award Small Business Program Representation. 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 222-36 Affirmative Action For Workers With Disabilities. FAR 52.222-50 Combating Trafficking in Persons. 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 FOB Destination. FAR 52.252-1 Solicitation Provisions Incorporated By Reference. FAR 52.252-2 Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://farsite.hill.af.mil. FAR 52.252-6 Authorized Deviations in Clauses, with the following filled-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. DFARS 252.211-7003 (INVALID EFF_DT) Item Identification and Valuation. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFAR 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area Work Flow system at https://wawf.eb.mil. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002) Alternate III. AFFARS 5352.201-9101 Ombudsman: Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. AFFARS 5352.242-9000 Contractor Access to Air Force Installations. WAWF. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. All proposals must be sent to SSgt Brian E. Swanson at: Fax 850-283-3963; or e-mail brian.swanson@tyndall.af.mil. Proposals are required to be received not later than 2:00 PM CST, Wednesday, 31 August, 2011. *Notice to Offerors: 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 the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/FY11-F4A3301194A002-LUMBER-TYNDALLAFB/listing.html)
- Place of Performance
- Address: Tyndall AFB, Tyndall AFB, Florida, 32403, United States
- Zip Code: 32403
- Zip Code: 32403
- Record
- SN02541363-W 20110821/110819234840-66079d2abc1ceb06f41fbe1c37a90e13 (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 |