SOLICITATION NOTICE
53 -- Tyndall AFB Kabo Ilco Locks - Brand Name J&A
- Notice Date
- 9/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- 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
- F4A3772158AB01
- Archive Date
- 9/29/2012
- Point of Contact
- Nicole M. Dean, Phone: 8502838619, Ashley A. Davis, Phone: 850-283-8618
- E-Mail Address
-
nicole.molt@tyndall.af.mil, ashley.davis@tyndall.af.mil
(nicole.molt@tyndall.af.mil, ashley.davis@tyndall.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Brand name justification for Kaba Ilco locks for the Sand Dollar Inn, Tyndall AFB FL This is a combined synopsis/solicitation for commercial services 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/quotes are being requested and a written solicitation will not be issued. The solicitation reference number is F4A3772158AB01 and is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. This acquisition will be 100% total SMALL BUSINESS SET-ASIDE; the North American Industry Classification System (NAICS) code is 335999. The business size standard is 500 employees. The following solicitation is for the purchase and installation of four hundred seventy four (474) Kaba Ilco 770 series guest locks, mortise, and associated stainless steel dress plates (2 for each lock). The solicitation includes the removal of the existing locks (Kaba Ilco 710). *Depending on the amount of funding received, the Government reserves the right to award ALL, SOME, or NONE of the CLINs listed below. Contract Line Item Numbers (CLINS): 0001: Purchase and installation of 122 Kaba Ilco 770 series guest locks to include stainless steel Kaba Ilco 770 standard dress plates (2 for each lock). Include the removal of the existing locks (Kaba Ilco 710). This is a brand name requirement. See the attached Justification & Approval. Bldg Qty 0001AA: 1360 41 0001AB: 1361 41 0001AC: 1381 40 CLIN 0001: Total 122 0002: Purchase and installation of 62 Kaba Ilco 770 series guest locks to include stainless steel Kaba Ilco 770 standard dress plates (2 for each lock). Include the removal of the existing locks (Kaba Ilco 710). This is a brand name requirement. See the attached Justification & Approval. Bldg Qty 0002AA: VQ 42 0002AB: 1380 4 0002AC: 1580 9 0002AD: 1582 7 CLIN 0002: Total 62 0003: Purchase and installation of 290 Kaba Ilco 770 series guest locks to include stainless steel Kaba Ilco 770 standard dress plates (2 for each lock). Include the removal of the existing locks (Kaba Ilco 710). This is a brand name requirement. See the attached Justification & Approval. Bldg Qty 0003AA: 1060 136 0003AB: 845 97 0003AC: TLF 57 CLIN 0003: Total 290 The installation will be performed at The Sand Dollar Inn, Tyndall AFB, FL 32403. Per FAR 52.212-2, 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: Price and Technical Acceptance. Award will be made to the lowest priced technically acceptable offer. See Addendum to FAR 52.212-1 for more information. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: 52.204-99 (Dev) - System for Award Management Registration 52.203-6 Alt I - Restrictions on Subcontractor Sales to the Government 52.204-10 - Reporting Executive Compensation and First Tier Subcontract Awards 52.209-6 - Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 - Instructions to Offerors-Commercial Items 52.212-2 - Evaluation - Commercial Items 52.212-3 Alt I -Offeror Representations and Certifications -Commercial Items 52.212-4 - Contract Terms and Conditions - Commercial Items 52.212-5(Dev) - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-1 Alt I - Small Business Program Representations 52.219-6 - Notice of Total Small Business Set-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 52.222-22 - Previous Contracts and Compliance Reports 52.222-26 - Equal Opportunity 52.222-35 - Equal Opportunity for Veterans 52.222-36 - Affirmative Action for Workers with Disabilities 52.222-37 - Employment Reports on Veterans 52.222-50 - Combating Trafficking in Persons 52.223-5 - Pollution Prevention and Right-to-Know Information 52.223-18 - Contractor Policy to Ban Text Messaging While Driving 52.225-13 - Restrictions on Certain Foreign Purchases 52.233-3 - Protest after Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.247-34 - F.O.B. Destination 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation 52.252-1 - Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil) 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) 52.252-6 - Authorized Deviations in Clauses 252.203-7000 - Requirements relating to the compensation of former DoD Officials 252.203-7002 - Requirement to inform employees of Whistleblower Rights. 252.212-7000 - Offeror Representations and Certifications -- Commercial Items 252.212-7001(Dev) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7000 - Buy American Act- Balance of Payment Program Certificate 252.225-7002 - Qualifying Country Sources as Subcontractors 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports. 252.232-7010 - Levies on Contract Payments 252.243-7001 - Pricing of Contract Modifications 252.243-7002 - Requests for Equitable Adjustment 252.247-7023 Alt III - Transportation of Supplies by Sea 5352.242-9000 - Contractor Access to Air Force Installations 5352.242-9001 - Health and Safety on Government Installations 5352.201-9101 - Ombudsman 252.232-7006 - Wide Area Work Flow Payment Instructions Addendum to FAR 52.212-1 Offerors shall supply the following information with their quote: a.) Prices under CLINs 0001, 0002, 0003. Please provide pricing for each building under each CLIN as the government may award all, some, or none of this requirement. b.) Tax Identification number. c.) Cage Code. NOTE: Offerors shall be registered with SAM (System for Award Management. http://www.sam.gov <http://www.sam.gov> ) which is the successor of the Online Representation and Certification Application (ORCA) and the Central Contracting Registration (CCR). For offerors previously registered in the former systems, their information and documents should be updated on the SAM network. However, it is the responsibility of the vendor to register and verify their information. d.) Technical Acceptance: Only the model of locks specified in this solicitation will be considered technically acceptable in accordance with the attached Brand Name Justification. "Or equal" items will not be acceptable. *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. *All quotes resulting from this solicitation must remain valid until September 30, 2012. Please send quotes to Nicole Dean (850-283-8619) at Nicole.Molt@tyndall.af.mil NO LATER THAN 14 September 2012, 12:00pm central standard time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4A3772158AB01/listing.html)
- Place of Performance
- Address: Sand Dollar Inn, Tyndall AFB, Tyndall AFB, Florida, 32403, United States
- Zip Code: 32403
- Zip Code: 32403
- Record
- SN02873362-W 20120909/120908001717-c9e6564a7bcaeb61a9ca6dd1a797c3a4 (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 |