Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2002 FBO #0301
SOLICITATION NOTICE

71 -- Auditorium Seating

Notice Date
9/27/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F13ACS22351700
 
Point of Contact
Mary Peters, Contract Specialist, Phone 334-953-3538, Fax 334-953-3543,
 
E-Mail Address
mary.peters@maxwell.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; a written solicitation will not be issued. Solicitation number FACS22351700 is being issued as a request for quote (RFQ) using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Subpart 13.5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-09, and Defense Federal Acquisition Regulation Supplement, Defense Notice Change (DNC) 20020730. It is the contractor?s responsibility to be familiar with applicable clauses and provision. This acquisition is 100% Set-Aside for Small Business. The North American Industry Classification System Code is 337127 with a small business size standard of 500. THIS ACTION IS BASED ON THE AVAILABILITY OF FUNDS ? FAR 52.232-18, Availability of Funds. Contractors shall furnish: 01) 648 each, Irwin Marquee model 51566TA chair. Individually floor mounted. Upholstered back, 2 inch padding, 1-piece tieback cover, molded plastic rear panel, #5 seat, upholstered, self-lifting, plastic bottom cover, #66 aisle std, pedestal type, laminate surfaced decorator panel, laminated panels on aisle only, wall standards everywhere else, #8C tubular welded stell center stds. Upholstery grade ?C? Duration. Tablet arm, laminate surfaced, particle core, laminate surfaced armrests. 2) 9 each, Irwin Marquee Model 51566TA chair. Shared armrest. Upholstered back, 2-inch padding, 1-piece tie-back cover, molded plastic rear panel, #5 seat, upholstered self-lifting, plastic bottom cover, #66 aisle std, pedestal type, laminate surfaced decorator panel, laminated panels on aisle only, wall stds, upholstery grade ?C? duration. Tablet arm, laminate surfaced, particle core, laminate surfaced armrests. 3) 2 each, marquee e-Link chairs, mounted in middle of auditorium. All finished same as items 1 & 2. 4) VIP chairs. Floor mounted. Std Irwin fabric. No tablet arms. 5) Remove & replace existing floor, carpet & shoe molding. Main floor only. Furnish/install new carpet tiles where old were removed. Furnish/install new VCT where old were removed. Furnish/install new shoe molding where old were removed. 6) Remove & disposal of existing seating, main and observation area. Delivery: Maxwell AFB AL. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order. FAR 52.212-1, Instruction to Offerors-Commercial Items (Oct00) applies to this acquisition. Submit signed and dated quotes with company name, address, fax number, email and telephone number(s) of point of contacts. Also, include the firm?s cage code, Duns number and tax identification number. Offerors must include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items (May01) and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial (Nov95). DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Sep99) with the quote. The government will make an award to the lowest priced, responsible contractor whose quote best meet the needs of the government. Evaluation elements will consists of price and delivery. Offerors must provide a delivery date. The contractor must be registered in the Central Contractor Registration (CCR) database. Award will be made to a single source. Offerors must provide quotes on all items. All clauses and provisions may be accessed via internet, http://farsite.hill.af.mil. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (May01) is incorporated into this RFQ and is addended to add the following clauses: 52.219-6, Notice of Small Business Set-Aside, 52.219-6 Alternate I, Notice of Small Business Set-Aside. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items (May01) is applicable. The following FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Report on Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items is applicable to this acquisition. The following DFARS clauses under paragraph (a) are applicable: 252.225-7001, Buy American Act and Balance of Payments Program; 252-225-7012, Preference for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea; 252.204-7004, Required Central Contractor Registration and 252.222-7002, Qualifying Country Sources as Subcontractors are also applicable. The Defense Priority Allocations System rating is C9E. Offers are due no later than 4:00PM on 28 Sep 02. Offers may be mailed to 42d Contracting Squadron, ATTN: LGCB, Mary Peters, 50 LeMay Plaza South, Maxwell AFB AL 36112-6334, faxed to 334-953-3543, emailed to mary.peters@maxwell.af.mil. Please reference the solicitation number on your quote.
 
Place of Performance
Address: 225 Chennault Circle, Maxwell AFB AL,
Zip Code: 36112-6334
 
Record
SN00177559-W 20020929/020927213429 (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.