SOLICITATION NOTICE
99 -- Luggage and Garment Bags
- Notice Date
- 8/31/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 316991
— Luggage Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1500 West Perimeter Rd, Suite 2780, Andrews AFB, Maryland, 20762-6500, United States
- ZIP Code
- 20762-6500
- Solicitation Number
- FA2860-12-T-0128
- Archive Date
- 9/27/2012
- Point of Contact
- Brenda Jackson-Pryor,
- E-Mail Address
-
brenda.jacksonpryor@afncr.af.mil
(brenda.jacksonpryor@afncr.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 the Federal Acquisition Regulation (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. Solicitation number FA2860-12-T-0128 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. All responsible sources may submit an offer to be considered by the agency. This is an unfunded requirement. Funds are presently not available for this contract. No legal liability on the part of the Government may arise until funds are made available. No award will be made until funds become available. All submitted quotes must be valid through 12:00AM, 1 October 2012. This requirement is a 100% small-business set-aside. The North American Industry Classification System (NAICS) code is 316991 "Luggage Manufacturing", and the business size standard is 500 employees. The Government will award a firm fixed price contract for the requested equipment for Joint Base Andrews. The following items are being procured: CLIN DESCRIPTION This is a BRAND NAME or EQUAL procurement. If offering an "or equal" in lieu of desired brand name products, vendor must submit descriptive literature describing the product for the Government to adequately evaluate the proposal. Item No. - Description - Quantity/Unit of Issue 01 - Aircrew Garment Bags: Garment Bags, Wallybags 52in Black - 210 EA Unit Price:_______________ Extended Amount:_______________ 02 - Aircrew Luggage/MXG: Heavy-Duty Luggage, Delsey 25in Fushion Lite 3.0 Black - 220 EA Unit Price:_______________ Extended Amount:_______________ 03 - Aircrew Luggage: Samsonite DKX 21in Carry On Black Suitcase - 180 EA Unit Price:_______________ Extended Amount:_______________ 04 - Shipping, if applicable - 1 LOT Unit Price:_______________ Extended Amount:_______________ Total DELIVERY INFORMATION FOB: Destination Delivery date: 30 days after date of contract. Delivery address: 1658 D Street, Joint Base Andrews, MD 20762 Contractor must provide an affirmative statement of their ability to meet the delivery requirement of 30 days after date of contract. CLAUSES & PROVISIONS It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable: 52.212-1 - Instructions to Offerors - Commercial 52.212-2 - Evaluation - Commercial Items. EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a "Lowest Price Technically Acceptable" (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. The government may communicate with an offeror in order to clarify or verify information submitted in their offer. Partial quotes or quotes without specifications will NOT be accepted. Non-conformance with this requirement may result in the offerors being determined unacceptable. Only one (1) award will be made as a result of this combined synopsis/solicitation. All offerors should timely notify the government of any changes in inventory and market availability that may preclude or delay performance of the delivery schedule and any other terms and conditions stated herein. The government intends to make award to the responsive firm without discussions; however, the Government reserves the right to conduct discussions if deemed to be in its best interest. 52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil or from http://www.sam.gov if registered in ORCA (On-line Representations and Certifications Application). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 52.214-31 - Facsimile Bids (Dec 1989) 52.222-22 - Previous Contracts and Compliance Reports (Feb 1999) 52.252-1 - Solicitation Provisions Incorporated By Reference (Feb 1998) 52.252-5 - Authorized Deviations in Provisions (Apr 1984) 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998) The following clauses are applicable: 52.203-3 - Gratuities (Apr 1984) 52.204-7 - Central Contractor Registration (Feb 2012) 52.211-6 - Brand Name or Equal (Aug 1999) 52.212-4 - Contract Terms and Conditions - Commercial Items (June 2010); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011) (DEVIATION); 52.219-6 - Notice to Total Small Business Set Aside (June 2003); 52.222-3 - Convict Labor (June 2003) 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Jul 2010); 52.222-21 - Prohibition of Segregated Facilities (Feb 1999) 52.222.50 - Combating Trafficking in Persons (Feb 2009) 52.223-3 - Hazardous Material Identification and Material Safety Data (Jan 1997) 52.223-5 - Pollution Prevention and Right-To-Know Information (May 2011) 52.223-6 - Drug-Free Workplace (May 2001) 52.225-13 - Restrictions on Certain Foreign Purchases (June 2008) 52.252-18 - Availability of Funds (Apr 1984) 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) 52.233-3 - Protest After Award (Aug 1996) 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004) 52.242-17 - Government Delay of Work (Apr 1984) 52.247-34 - F.O.B. Destination (Nov 1991) 52.252-2 - Clauses Incorporated by Reference (Feb 1998) 52.252-6 - Authorized Deviations in Clauses (Feb 1998) 52.253-1 - Computer Generated Forms (Jan 1991) 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights (Jan 2009) 252.204-7004 - Alternative A, Central Contractor Registration (Sep 2007) 252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2011) (DEVIATIONS) 252.225-7001 - Buy American Act and Balance of Payments Program (Jan 2009) 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.232-7010 - Levies on Contract Payments (Dec 2006) 5352.242-9000 - Contractor Access to Air Force Installations (Aug 2007) 5352-201-9101 - Ombudsman (Apr 2010) The following local clauses apply to this acquisition: 11CONS-004 - Environmental Compliance 11CONS-010 - WAWF Instructions 11CON-204-99 - System for Award Management Registration (August 2012) (DEVIATION) QUOTES: All quotes must be sent via email to Brenda Jackson-Pryor at brenda.jacksonpryor@afncr.af.mil, or via facsimile at 240-612-2176. Questions shall be submitted no later than 12:00PM EST, 5 September 2012. Quotes shall be submitted no later than 12:00PM EST, 12 September 2012. Partial quotes will NOT be accepted. Only one (1) award will be made as a result of this combined synopsis/solicitation. All offerors should timely notify the government of any changes in inventory and market availability that may preclude or delay performance of the delivery schedule and any other terms and conditions stated herein. The government intends to make award to the responsive firm without discussions; however, the Government reserves the right to conduct discussions if deemed to be in its best interest. Contracting Office Address: 1500 West Perimeter Rd Suite 2780 Joint Base Andrews, MD 20762 Place of Performance: 1914 Arnold Ave Joint Base Andrews, MD 20762 Primary Point of Contact: Brenda Jackson-Pryor Brenda.jacksonpryor@afncr.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA2860-12-T-0128/listing.html)
- Place of Performance
- Address: 1914 Arnold Ave, Joint Base Andrews, Maryland, 20762, United States
- Zip Code: 20762
- Record
- SN02864714-W 20120902/120901000147-dbee9f9be804a336bfb63d7707e7c488 (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 |