Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2012 FBO #3941
SOLICITATION NOTICE

71 -- Provide Custom Framing - Statement of Requirements (SoR)

Notice Date
9/6/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2XHC32236A0001
 
Archive Date
9/29/2012
 
Point of Contact
Jeremy D. Mulkey, Phone: 334-953-2560, Kimberly A Knott, Phone: 334-953-3518
 
E-Mail Address
jeremy.mulkey@us.af.mil, kimberly.knott.1@us.af.mil
(jeremy.mulkey@us.af.mil, kimberly.knott.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Requirements GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in this document. This is a streamlined 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 notice. A written solicitation will not be issued. This requirement is issued as a request for quote (Reference-Number F2XHC32236A001). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-60 (27 Aug 2012) and the Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20120829. A Firm Fixed Priced Award will be made in accordance with the following : NAICS Code: 339999; size standard: $500 Emp The Defense Priorities and Allocations System rating is C9E. IMPORTANT NOTE: THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. Additionally, this requiremnent will be awarded to ONE (1) vendor and will NOT be split. This is a Total 100% Small Business Set-Aside. - Site Visit to be held on 12 September 2012, 1400hrs CST - Location: Air War College, Building 1401, Maxwell AFB, AL 36112 - Please respond, by e-mail(preferred) or phone, with intentions to attend Site Visit NLT 1400hrs CST 11 September 2012 to coordinate access to the installation. POC: TSgt Jeremy D. Mulkey 42d CONS Phone: 334-953-2560 Jeremy.mulkey@us.af.mil NATURE OF ACQUISITON: Maxwell AFB has a requirement to purchase the below listed items. This procurement will be awarded under Simplified Acquisition Procedures. All inquiries/responses to this notice must be received by 14 September 2012, 16:00 hrs CST. SCHEDULE OF SUPPLIES/SERVICES: CLIN 0001 - Provide Custom Framing (IAW attached Statement of Requirements) CLIN 0002 - Provide Custom Framing (IAW attached Statement of Requirements) CLIN 0003 - Provide Custom Framing (IAW attached Statement of Requirements) CLIN 0004 - Provide Custom Framing (IAW attached Statement of Requirements) CLIN 0005 - Provide pickup and delivery (IAW attached Statement of Requirements) NOTES: - Site Visit to be held on 12 September 2012, 1400hrs CST - Location: Air War College, Building 1401, Maxwell AFB, AL 36112 - Please respond, by e-mail or phone, with intentions to attend Site Visit NLT 1600hrs CST 11 September 2012 to coordinate access to the installation. POC: TSgt Jeremy D. Mulkey 42d CONS Phone: 334-953-2560 Jeremy.mulkey@us.af.mil QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. a. The offeoror must submit a signed and dated quote on company letterhead with unit prices and extended prices in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services" and terms and conditions, the offeror agrees to accede to all solicitation requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. b. Offerors must include a completed copy of the provisions at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items. c. Offerors must provide a unit price and extended price for all items referenced in the "SCHEDULE OF SUPPLIES/SERVICES". d. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. e. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-888-227-2423. IMPORTANT NOTE: Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. BASIS FOR AWARD Award will be based on technical acceptability and price. The offeror by acceding to all of the requirements of this synopsis/solicitation (see Quotation Preparation Instructions, Para a.) will be determined technically acceptable. Award will then be based on price. CONTRACT TERMS AND CONDITIONS: 52.252-2 CLAUSES INCORPORATED BY REFERENCE This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/ The following clauses apply: By reference: 52.204-7 - Central Contractor Registration 52.204-9 - Personal Identity Verification of Contractor Personnel 52.212-4 - Contract Terms and Conditions -- Commercial Items 52.223-18 Contractor Policy to Ban Text Messaging while Driving 52.232-33 Payment by Electronic Funds transfer-Central Contractor Registration 252.204-7004, Alternate A Central Contractor Registratiion 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports By Full Text: FAR 52.212-1, Instructions to Offerors, Commercial Items (Jan 2004), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. 52.212-2 Evaluation--Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and the following additional FAR clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers With Disabilities 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.223-18, Contractor Policy to Ban Text Messageing while Driving 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 252.203-7000, Requirements Related to Compensation of Former Dod officials 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel. 252.247-7023, Transportation of Supplies by Sea, with its Alt III 5352.201-9101 Ombudsman NOTE 1 REQUIRED POSTERS Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/main.htm NOTE 2 WAWF-ELECTRONIC SUBMISSION OF INVOICE Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: 1 Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: lenard.jordan.2@us.af.mil Contract Specialist: jeremy.mulkey@us.af.mil Contracting Officer: kimberly.knott.1@us.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) Responses to this notice shall be provided in writing via e-mail to: TSgt Jeremy Mulkey jeremy.mulkey@maxwell.af.mil All responses shall be received NLT 4:00 PM CST on 14 September 2012. Email is the preferred method. Points of Contact: TSgt Jeremy Mulkey, Contracting Specialist, Phone (334) 953-2560, Fax (334) 953-3543.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XHC32236A0001/listing.html)
 
Place of Performance
Address: Maxwell AFB, Maxwell AFB, Alabama, 36113, United States
Zip Code: 36113
 
Record
SN02870859-W 20120908/120907000632-e93a77557e8bf7fb304559eacc3effbf (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.