Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2002 FBO #0096
SOLICITATION NOTICE

71 -- Wire Mesh Lockers

Notice Date
3/6/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 16th Contracting Squadron, 350 Tully Street P.O. Box 9190, Hurlburt Field, FL, 32544-9190
 
ZIP Code
32544-9190
 
Solicitation Number
Reference-Number-WENRICK007
 
Response Due
3/20/2002
 
Archive Date
4/4/2002
 
Point of Contact
Michael Wenrick, Contract Specialist, Phone 850-884-3264, Fax 850-884-5372, - Benjamin Stoeser, Contracting Officer, Phone (850) 884-3262, Fax (850) 884-5372,
 
E-Mail Address
Michael.Wenrick@hurlburt.af.mil, Benjamin.Stoeser@hurlburt.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quotation is being requested and a written solicitation will not be issued. Solicitation number WENRICK007 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-01. This solicitation is 100% set-aside for Small Business and is under North American Industry Classification System Code 337127, with a small business size standard of 500 employees. Hurlburt Field intends to purchase 125 woven wire partition cages for two separate rooms. Material specifications are as follows: PANELS: #10 W & M gauge (.135) steel wire woven into 2? x 1? open rectangular mesh. Panel are framed in 1-?? x 1-?? x 18? steel angle. Woven wire mesh securely welded to frames, ?? x ?? flat steel stiffeners welded to frame behind mesh on panels longer than three feet. Door panels framed in 1-?? x 1-?? x 3/16? steel angle. POSTS: Post are 2? square 14 gauge tubular steel posts with ?? x 2? x 7? base plate and post cap securely welded in place. Each locker has #22 gauge galvanized sheet metal back and a movable shelf made of #16 gauge sheet metal. HARDWARE: Shall be 3/8? standard thread grade two plated. All hardware, including floor anchors are to be furnished with order. FINISH: Nonplated parts shall receive one prime coat of gray acrylic enamel. Locker sizes are as follows: 35 each, at 7 feet deep by 6 feet wide by 8 feet high with sliding door. 90, each at 4 feet deep by 5 feet wide by 7 feet 6 inches high with hinged two doors. The top of each locker is open and has a moveable shelf. See attached spreadsheets for room layout. Additionally, all labor, tools, materials, transportation are to be included in the quote. GSA items shall be noted as well as the GSA Contract Number. Prospective bidders shall provide all necessary product literature and any equipment past performance reliability. This information will be used to determine if product meets the minimum requirements. Required delivery shall be on or before 30 days after receipt of award. Place of delivery shall be 23 AST, 665 Red Horse Road, Bldg. 99547, Hurlburt Field FL. The following clauses and provisions are incorporated either by reference or full text and are to remain in full force in any resultant purchase order; FAR 52.212-1, Instructions to Offerors_Commercial Items (OCT 2000). It applies to this acquisition and is amended to read: FAR clauses and provisions can be located via the Internet at: http://farsite.hill.af.mil. Submit signed and dated quotations on company letterhead or quotation form. The Government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation _Commercial Items (Jan 1999), which is incorporated into this Request for Quote, with addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: (i) Past performance; (ii) technical capability of the item(s) offered to meet the Government requirement; (iii) price. The Government will make award to the responsible offeror whose offer conforms to the solicitation and is the greatest value to the Government, considering the technical capability and past performance combined having slightly more weight than price. Each offeror shall include a completed copy of the provisions at FAR Clause 52.212-3, Offeror Representations and Certifications_Commercial Items (Feb 2002), with the quotation. Submit signed and dated offer to 16CONS/LGCY, Attn: Michael Wenrick, Michael.Wenrick@hurlburt.af.mil, 350 Tully St, PO Box 9190, Hurlburt Field FL 32544-9190 at or before 1600 (4:00 PM CST), 20 Mar 2002. The clause at 52.212-4, Contract Terms and Conditions_Commercial Items (Feb 2002), applies to this acquisition with the following addendum: DFARS 252.204-7004 Required Central Contractor Registration (Nov 2001). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Dec 2001), applies to this acquisition and is incorporated by reference. 52.232-33, Payment by Electric Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). A Firm-Fixed Price Order will be issued in writing. NO TELEPHONIC OR FACSIMILE RESPONSES WILL BE PROCESSED. All questions must be in writing and may be faxed to (850) 884-5372. All answers to questions will be posted to EPS.
 
Place of Performance
Address: 23 AST, 665 Red horse Road, Bldg. 99547, Hurlburt Field, FL
Zip Code: 32544
Country: USA
 
Record
SN00037035-W 20020308/020307124917 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.