Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2003 FBO #0617
SOLICITATION NOTICE

71 -- F13EDS315611

Notice Date
8/6/2003
 
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
F13EDS31561100
 
Response Due
8/18/2003
 
Archive Date
9/2/2003
 
Point of Contact
Aaron Kasza, Contract Specialist, Phone 334-953-6178, Fax 334-953-2198, - Sandra Turner, Contracting Officer, Phone (334) 953-2772, Fax (334) 953-3543,
 
E-Mail Address
aaron.kasza@maxwell.af.mil, sandra.turner@maxwell.af.mil
 
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; quotes are being requested and a written solicitation will not be issued. Solicitation number F13EDS31561100 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14 (20030623) and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20030722. The North American Industry Classification System code is 337214 with a small business size of 500 employees. This requirement is to purchase furniture for the new SOC building 1403 on Maxwell Air Force Base. A complete list of line items and quantities will be separately posted under referenced solicitation number F13EDS31561100, or interested parties may contact Aaron Kasza at aaron.kasza@maxwell.af.mil. Price quotes must consist of a price quote for each line item (0001 through 0103); see separate posting or contact Aaron Kasza as referenced above. (NOTE: In accordance with FAR 11.104(b), Brand name or equal purchase descriptions for the following manufacturer?s furniture: Knoll, Gunlocke, Sitonit, Nevins, Martin Furniture, Whitehall Furniture, and National Furniture should include, in addition to the brand name, a general description of those salient physical, functional, and performance characteristics of the brand name item that an ?equal? item must meet to be accepted for award. Please make sure the list of items stated above, include the salient characteristics, i.e., brand name, part number, etc., ?or equal.?). Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. BASIS FOR AWARD: This is a competitive best value acquisition utilizing simplified procedures authorized by FAR 13.5, "Test Program for Certain Commercial Items." For quotes determined technically acceptable, a trade-off between price and past performance will be conducted. An offeror will be determined technically acceptable if no exception is taken to the specifications and requirements of the RFQ. Award will be based on both price and past performance. Each offeror's quoted price will be evaluated for reasonableness. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced offers. Past performance will be evaluated based on relevancy (size/scope/complexity), quality of product/service, timeliness of delivery/performance and business relations (customer service). To be considered for award an offeror must have a satisfactory or better past performance record based upon information available to the contracting officer [normally the Contractor Performance Assessment Report (CPAR)] and offer a reasonable price. The offeror may be asked to submit references that can provide relevant past performance information if the contracting officer cannot locate CPAR information. Award may be made to other than the low offeror when, after evaluating past performance, the contracting officer determines it to be in the government's best interest. The desired delivery date is September 15, 2003. All offerors responding to this solicitation must provide a complete delivery schedule for all items contained in the price schedule. If the offeror cannot meet the Government?s desired delivery date and alternate delivery date must be proposed for each item. Delivery will be coordinated with Mr. Richard Brown at (334) 953-8058. FOB is Destination. The provision at FAR 52.212-1, Instruction to Offerors - Commercial Items (Oct 2000), applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications - Commercial Items (June 2003); DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items (Nov 1995); and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Apr 2003) with the quotation. The FAR clause, 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2002) applies to this acquisition and is addended to add the following FAR clauses: 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (June 2003), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Oct 1995); 52.219-8, Utilization of Small Business Concerns (Oct 2000); 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concern (Jan 1999); 52.222-3 Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sept 2002); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Apr 2002); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 -Restrictions on Certain Foreign Purchases (Jul 2000); 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (May 1999); and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2003), applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 52.203-3 - Gratuities (Apr 1984); 252.225-7001 - Buy American Act and Balance of Payments Program (Apr 2003); 252.225-7012 - Preference for Certain Domestic Commodities (Feb 2003); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2003); 252.243-7002 - Requests for Equitable Adjustment (Mar 1998); and 252.247-7023 - Transportation of Supplies by Sea (May 2002). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (May 2002) (Deviation), applies to this acquisition. The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); and 252.204-7004, Required Central Contractor Registration (CCR) (Nov 2001). NOTE: CCR can be obtained by accessing the internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. Clauses and provisions incorporated by reference may be accessed via the internet at http://farsite.hill.af.mil or http:/www.arnet.far.gov. A site visit will be held on location to aid in fulfilling layout and design requirements. The visit will be on 12 August 2003 after 3:45 PM central time. Please contact Richard Brown at (334) 953-8058 or Aaron Kasza at (334) 953-0530 to schedule. All quotes must be for all items as stated, partial quotes will not be considered. The government intends to make a single award to a responsible, responsive offeror. Responses/Offers are due by the close of business (12:00 Noon CDT) on 18 August 2003. Submit written quotes; oral quotes will not be accepted. Quotes may be submitted via fax, e-mail or mail. All proposals must be faxed to (334) 953-2198 attn: Aaron Kasza, e-mailed to aaron.kasza@maxwell.af.mil (subject: F13EDS31561100), or mailed to 42 CONS/LGCB, attn: Aaron Kasza, 50 LeMay Plaza South, Maxwell AFB, AL 36112-6334. Quotations must meet all instructions put forth in this solicitation.
 
Place of Performance
Address: 50 LeMay Plaza South, BLDG 804, Maxwell AFB, AL 36112
Zip Code: 6334
Country: USA
 
Record
SN00393639-W 20030808/030806213642 (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.