Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 02, 2015 FBO #5031
SOLICITATION NOTICE

71 -- Battle Cab Custom Furniture - Drawings and Characteristics

Notice Date
8/31/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337211 — Wood Office Furniture Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 325 CONS, 501 Illinois Ave Ste B, Tyndall AFB, Florida, 31005, United States
 
ZIP Code
31005
 
Solicitation Number
F4ATS05225AW02
 
Archive Date
9/29/2015
 
Point of Contact
Tyler G. Schaeffer, Phone: 850-283-3509, Matthew D. Crum, Phone: 8502838631
 
E-Mail Address
tyler.schaeffer@us.af.mil, matthew.crum.1@us.af.mil
(tyler.schaeffer@us.af.mil, matthew.crum.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Drawings and Layouts of the floor setup and cabinets. Description of work required. Custom Battle Cab Information Technology Workstation Combined Synopsis/Solicitation 325 CONS Tyndall AFB, FL 32403 31 Aug 2015 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and FAR Subparts 13.302, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotations are being requested, and a written solicitation will not be issued. This constitutes the only notification before award. The solicitation reference number F4ATS05225AW02 is issued as a Request For Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83. The North American Industry Classification System (NAICS) code is 337211. Small business size standard is 500 employees. Description Quantity CLIN 0001: Custom Design/Build Computer Operation Furniture 1 Ea *see attached drawings and requirements This will be a lowest price technically acceptable purchase. Technical acceptability will be determined based on characteristics stated in this solicitation. Technical factors will be considered only when an item other than what is specified in the requirements document. Quotation must include descriptive literature to determine if product meets the PWS and technical requirements. Any questions regarding from this solicitation must be submitted in writing to Tyler Schaeffer at tyler.schaeffer@us.af.mil, and Matthew Crum at matthew.crum.1@us.af.mil. There will be a site visit on Wednesday, September 9th 2015 at 1:00 PM CST. The deadline for questions will be Tuesday, September 8th 2015 at 1:00 PM CST. Quotes will be due Monday, 14 September 2015 at 11:00 AM CST. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR provisions/clauses apply to this acquisition: FAR 52.204-7 - System for Award Management FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13 - System for Award Management Maintenance FAR 52.209-6 - Protecting the Govt Interest when subcontracting with Contractors Debarred, suspended, or Porposed for Debarment FAR 52.212-1 - Instructions to Offerors - Commercial Items FAR 52.212-2 - Evaluation - Commercial Items FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items FAR 52.212-4 - Contract Terms and Conditions - Commercial Items FAR 52.212-5 - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR 52.219-1 Alt 1- Small Business Program Representation FAR 52.219-28 - Post-Award Small Business Program Representation FAR 52.222-3 - Convict Labor 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 Workers with Disabilities FAR 52.222-50 - Combat Trafficking Persons FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225.13- Restrictions on Certain Foreign Purchases FAR 52.232-33 - Payment by Electronic Funds Transfer-System for Award Management FAR 52.246-16 - Responsibility for Supplies FAR 52.247-34 - F.O.B. Destination FAR 52.252-1 - Solicitation Provisions Incorporated by Reference FAR 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) FAR 52.252-6 - Authorized Deviations in Clauses ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") The following Department of Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this acquisition: DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 - Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7004 - Alternate A, System for Award Management DFARS 252.204-7011 - Alternative Line Item Structure DFARS 252.211-7003 - Item Unique Identification and Valuation DFARS 252.223-7008 - Prohibition of Hexavalent Chromium DFARS 252.225-7001 - Buy American Act-Balance of Payment Program Certificate DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors DFARS 252.225-7048 - Export-Controlled Items DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 - Wide Area Workflow Payment Instructions DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.247-7023 - Transportation of Supplies by Sea The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies to this procurement: AFFARS 5352.201-9101 - ACC Ombudsman AFFARS 5352.223-9000 - Elimination of Use of Class I Ozone Depleting Substances NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) BEFORE BEING CONSIDERED FOR AWARD. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov or by calling the SAM Registration Center at 1-866-606-8220. Quotes must include vendor's CAGE code, and tax identification number (TIN). Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination. ***Please ensure all quotations, questions, and correspondence is sent to Tyler Schaeffer as well as Matthew Crum*** Please send quotations/questions to Tyler Schaeffer tyler.schaeffer@us.af.mil Phone: (850) 283-3509 and If unavailable please contact: Dominick Cagle dominick.cagle@us.af.mil (850) 283-1294 Matthew Crum matthew.crum.1@us.af.mil Phone: (850) 283-8617
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/aa0282b34ab7907b431d60a9394e22c6)
 
Place of Performance
Address: Tyndall AFB, Florida, 32403-5526, United States
Zip Code: 32403-5526
 
Record
SN03863195-W 20150902/150831235019-aa0282b34ab7907b431d60a9394e22c6 (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.