Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2012 FBO #3827
MODIFICATION

71 -- MDG Furniture

Notice Date
5/15/2012
 
Notice Type
Modification/Amendment
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
FM524012660069_MDG_Furniture
 
Point of Contact
James B Rapier, Phone: 671-366-4940, Joel A. Sire, Phone: 6713662358
 
E-Mail Address
james.rapier@andersen.af.mil, joel.sire@andersen.af.mil
(james.rapier@andersen.af.mil, joel.sire@andersen.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 FAR Subparts 12.6 and 13.5, 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 procurement is a Small Business Set Aside IAW FAR 19.502-2(a). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-57 and DFARS Change Notice 20110819. The North American Industry Classification System Code (NAICS) is 337214, size standard 500 Employees. This is a best value award. The contractor shall provide the following items with the stated minimum requirements: Line Item 0001: Modular Furniture. See statement of work for more details and measurements. QTY: 5 EA (per workstation) Line Item 0002: Shipping/Installation ***ALL SHIPPING COST MUST BE INCLUDED IN EACH LINE ITEM PRICE WITH FINAL QUOTE. SEE ADDRESS BELOW. *** Ship directly to Andersen AFB Guam (If on Guam). If your firm is in the continental United States, shipping will be to Tracy Depot, California, 95376. The shipping address is as follows: 36MDG/SGSL Attn: SSgt Bryant Unit 14010/Bldg 26001 Andersen AFB Yigo, GU 96929 Note: A site visit shall be conducted at Andersen Air Force Base on Monday 14 May, 2012 at 9:00 A.M (GMT +10).. Participation isn't mandatory, but is still highly encouraged. All interested contractors shall respond in advance with their intent to attend this site visit by contacting A1C James Rapier at e-mail james.rapier@andersen.af.mil, Phone (671) 366-4940, NLT 4:00 P.M Friday May 11, 2012 (GMT +10). The place of initial meeting for the site visit will be at the Front Gate (Visitors Center) of Andersen AFB NLT 8:45 A.M (GMT + 10). Please bring all necessary personnel to supply a quote as this will be the only time to go to the site before quotes are due. All personnel planning on attending and driving on the installation will need a valid driver's license, current proof of vehicle insurance and registration. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. The following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items; AS OF Jun 2008, OFFERORS ARE REQUIRED TO COMPLETE ONLINE REPRESENTATIONS AND CERTIFICATIONS AT http://orca.bpn.gov WHICH ARE IDENTICAL TO WHAT IS REQUIRED IN FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. FAR The following provisions and clauses apply to this acquisition: FAR 52.211-6 -- Brand Name or Equal, FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their proposal or be currently registered at the government's ORCA online reps and certs website: https://orca.bpn.gov/ FAR 52.212-4 -- Contract Terms and Conditions-Commercial Items, FAR 52.212-5 -- Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following cited provisions and clauses are applicable to this acquisition, FAR 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards, FAR 52.219-6 -- Notice of Total Small Business Set-Aside, FAR 52.219-28 -- Post Award Small Business Program Rerepresentation, 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 52.222-36 -- Affirmative Action for Handicapped Workers, FAR 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging while Driving, FAR 52.225-13 -- Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR 52.232-33 -- Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.247-64 -- Preference for Privately Owned U.S.-Flag Commercial Vessels, Alternate I (Apr 2003) of FAR 52.247-64, DFARS 252.204-7004 -- Required Central Contractor Registration, DFARS 252.212-7001 -- Contract Terms and Conditions Required to Implement Statues or Executive Orders- specifically citing DFARS 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials, DFARS 252.232-7003 -- Electronic Submission of Payment Requests and receiving reports, DFARS 252.247-7023 -- Transportation of Supplies by Sea Alt III. Quotes should reference RFQ No. FM524012660069. The POC for this acquisition is A1C James B Rapier, james.rapier@andersen.af.mil and to A1C Joel Sire at joel.sire@us.af.mil. Quotes must be emailed. Oral Quotes will not be accepted. Quotes must be received via e-mail by Friday May 18, 2012 at 12:00 P.M. (GMT+ 10). All firms must be registered in the Central Contractor Registration database @ www.ccr.gov to be considered for award. All proposals must be directly submitted by the firm registered in CCR that is intended to be the successful awardee. Proposal submitted by another firm on behalf of a CCR registered company with the intention of being award "care of" will not be accepted. Award will be based on lowest price technically acceptable. In order for an item to be deemed technically acceptable, the offeror must provide specification sheets for all items. The end-user will certify all quoted equipment meets the specifications listed in the solicitation. The purpose of this amendment is to specify the evaluation factors that will be used to award and to extend Response date from Wednesday May 16, 2012 to Friday May 18, 2012 at 12:00PM PST
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/FM524012660069_MDG_Furniture/listing.html)
 
Place of Performance
Address: Andersen AFB, Guam, Yigo, Guam, 96929, United States
Zip Code: 96929
 
Record
SN02747900-W 20120517/120515235128-22c4336097bbe68bc7d02d550fd029fc (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.