SOLICITATION NOTICE
71 -- Kardex Remstar Lektriever ELF - RFQ Worksheet - SOW - Floor Plan, Bldg 900
- Notice Date
- 9/7/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337215
— Showcase, Partition, Shelving, and Locker Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
- ZIP Code
- 29404-5021
- Solicitation Number
- F1M3T41189A002
- Archive Date
- 9/30/2011
- Point of Contact
- Lisa B. Boyd, Phone: 8439634492, Tamara F. Lee, Phone: 8439635158
- E-Mail Address
-
lisa.boyd.3@us.af.mil, tamara.lee.4@us.af.mil
(lisa.boyd.3@us.af.mil, tamara.lee.4@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Floor Plan, Bldg 900 Statement of Work Request for Quote Worksheet COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) 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. (ii) The solicitation/synopsis reference number is F1M3T41189A002 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, effective 04 Aug 2011. (iv) This acquisition is solicited on an unrestricted basis. The associated North American Industrial Classification Code (NAICS) code is 337215 with a small business size standard of 500 employees. (v) Contractors shall submit a quote for the following: CLIN 0001, Kardex Remstar (or equal) Lektriever ELF, Qty: 1, Model # 120-1412X, Size: 128.7" W x 45.5" D x 106.3" H. Room Size: 20.58' x 11.5' (see floor plan). Includes: Safety Light Curtain, Error Indicator, Stainless Steel Workceter, Emergency Service Switch, and installation. If quoting equal, specifications are required. vi) F1M3T41189A002, provide one (1) Kardex Remstar Lektriever ELF (or equal) to Joint Base Charleston, South Carolina (See attached Request for Quotation worksheet and Statement of Work). vii) Ship to Address: 628 LRS/LGRV 2482 Red Bank Road Bldg 900, Material Control Office Goose Creek, SC 29445 FOB: Destination Inspection and Acceptance at destination by Government. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors - Commercial 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. The following factors shall be used to evaluate offers in the following relative order of importance: 1) Price, 2) Technical capability of the item offered to meet the Government requirement. The Government will evaluate the total price of the offer for the award purposes. The Government will award a contract to the lowest price technically acceptable offer. (ix) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at https://orca.bpn.gov. (x) The following clauses are incorporated by reference: • FAR 52.212-4, Contract Terms and Condition -- Commercial Items • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2009) (Deviation) are incorporated by reference, however the following clauses apply: • FAR 52.222-21, Prohibition Of Segregated Facilities • FAR 52.222-26, Equal Opportunity • FAR 52.222-35, Affirmative Action for Disabled Veterans • FAR 52.222-36, Affirmative Action for Workers With Disabilities • FAR 52.222-37, Employment Reports On Veterans • 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 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (xi) The following additional clauses are applicable to this procurement: • FAR 52.211-6, Brand Name or Equal • FAR 52.211-17, Delivery of Excess Quantities • FAR 52.222-50, Combating Trafficking in Persons. • FAR 52.225-13, Restrictions on Certain Foreign Purchases • 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/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.232-7003, Electronic Submission of Payment Requests • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.201-9101, Ombudsman. Carolyn Choate, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0160, fax (618) 256-6668, e-mail: carolyn.choate@us.af.mil. • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xii) Defense Priorities and Allocation System not applicable to this acquisition. (xiii) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 15 Sep 2011 no later than 12:00 Noon Eastern Standard Time. Requests should be marked with solicitation number F1M3T41189A002. (xiv) Address questions to Lisa Brooke Boyd, Contract Specialist, at (843) 963-4492, fax (843) 963-5183, email lisa.boyd.3@us.af.mil or Tamara Lee, Contracting Officer, Phone (843) 963-5158, email tamara.lee.4@us.af.mil. For more opportunities visit http://www.selltoairforce.org under LRAE Procurement Forecast and http://www.sba.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M3T41189A002/listing.html)
- Place of Performance
- Address: 628 LRS/LGRV, 2482 Red Bank Road, Bldg 900, Material Control Office, Goose Creek, South Carolina, 29445, United States
- Zip Code: 29445
- Record
- SN02566641-W 20110909/110908000900-e049f29605f54ac4c01f4346cc5e0e91 (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 |