Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2003 FBO #0736
SOLICITATION NOTICE

99 -- Mattress and Box Spring Repair/ Replacement

Notice Date
12/1/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 48 CONS/LGC, RAF Feltwell Unit 5070 Box 270, RAF Feltwell, UK, 09461-0270
 
ZIP Code
09461-0270
 
Solicitation Number
FA5587-04-Q-1146
 
Response Due
12/15/2003
 
Archive Date
12/30/2003
 
Point of Contact
Franquan Culbert, Contract Specialist, Phone 226.7201, Fax 226.7183, - Lynette Parson, Contracting Specialist, Phone 01638 527282, Fax 01638 527192,
 
E-Mail Address
franquan.culbert@lakenheath.af.mil, lynette.parson@lakenheath.af.mil
 
Description
MATTRESS AND BOX-SPRING REPAIR/ REPLACEMENT This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is FA5587-04-Q-1146 and this is issued as a Request for Quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) PARTS 12 and 13 and those referenced below. This is unrestricted. Description: Statement of work for Mattress and Box-spring Repair/Replacement as follows: 1. DESCRIPTION OF SERVICES Non-Personal Service: Contractor shall provide, to the best commercial standard, all labor, equipment, facilities and transportation for a mattress ?Repair by Replacement?, and a box-spring / split box repair contract. Details are listed in Appendix A. Appendix B provides estimated quantities for the purpose of this service. These estimates are based on a 12-month period and should not be exceeded. The number of calls cannot be estimated, as this will be an ?as required? contract. The contract shall be performed in accordance with the below listed guidelines. Authorized Government Representatives. The government shall provide the contractor with a list of authorized government representatives who shall be responsible for placing calls with the contractor. The contractor shall provide the government with details for a POC who shall be responsible for receiving these calls. The government will not be liable for any calls made by unauthorized representatives. 2. REPAIR / REPAIR BY REPLACEMENT REQUIREMENTS The government shall place a call with the contractor on an as required basis for the service to be performed. The contractor shall respond no later than 3 working days to collect items from Bldg 73, RAF Feltwell requiring ?Repair? in accordance with appendix A. The items should then be removed from site and taken to the contractor?s facility for disposal. The contractor shall then deliver the equivalent quantity of correct sized, like for like new mattresses to Bldg 73, RAF Feltwell within 4 weeks from collection. The replacement mattresses, must meet the specifications detailed in Appendix A, Paragraph a. The Box Springs, and Split Box-springs shall be repaired to the specification detailed in Appendix A, paragraph b and c respectively. The contractor shall contact the government representative to arrange a convenient date / time for delivery to Bldg 73, RAF Feltwell at least 3 working days prior to delivery date. 3. INSPECTION AND ACCEPTANCE The 48th CES/CEHS, Furnishings Management Officer, or his appointed representative(s), is/are designated as the authorized representative of the Contracting Officer for the purpose of performing inspection and acceptance or rejection of supplies and/or services delivered under the terms of this contract. Any discrepancies shall be reported to the contractor within 1 working day of receipt and corrective action shall be performed to the government?s satisfaction. 4. GENERAL INFORMATION 4.1 Working Hours and Holidays 4.1.1 Business Hours. Bldg 73, RAF Feltwell 08:00 to 16:00 Mon ? Thu 08:00 to 15:00 Fri 4.1.2. Recognized Holidays. The contractor is not required to provide service on UK holidays. The relevant recognized holidays include; Christmas Day Dec 25 Boxing Day Dec 26 New Years Day Jan 1 Good Friday Friday before Easter Easter Monday Monday after Easter Bank Holiday 1st Monday in May Spring Holiday Last Monday in May Late Summer Holiday Last Monday in August National holidays subsequently declared by Her Majesty?s Government shall likewise be considered official holidays, for the purpose of this provision. APPENDIX A MATTRESS ?REPAIR BY REPLACEMENT? Mattresses should be collected from Bldg 73, taken to the contractor?s facility, destroyed to prevent further use and disposed of in accordance with local guidelines. Proof of disposal shall be provided to the FMO no later than 5 working days from the date of disposal. The replacement mattress should meet as a minimum the following: Specifications: ?MILAN? Ticking: T941 ? Damask covering using flame retardant materials conforming to BS7177 ? Ignition Source 5 or higher. Certificate of proof must be provided with sample. Covering shall be deep-quilted and tufted. ?Subinas? 13-gram spring unit with 8-gram rod edge support. Border-felt mattress border with vertical stitching. Pad corners with Super-bond 480 1760 corners. Iron on center label = 121 (new). Medium Hazard sews in label. 6?0? mattress only to be bagged with two cardboard corner protectors (opposite end to label). Dimensions: Single ? W 36? x L 75? x D 9? Double ? W 54? x L 75? x D 9? Queen ? W 60? x L 78? x D 9? All mattresses will be bagged in polythene plastic Box-Springs should be collected from Bldg 73, taken to the contractors facility and repaired as necessary to the following specification: Re-upholster using T941 ticking which is Fire Retardant to Ignition Source 5 BS 7177 regulations. (Certificate of proof must be provided with sample). Make good any timber supports or springs. New layer of 170 gram polyester topping. Re-bagged. Dimensions: Single ? W 36? x L 75? x D 8? Double ? W 54? x L 75? x D 8? Split Divan Bases should be collected from Bldg 73, taken to the contractors facility and repaired as necessary to the following specification: Re-upholster using T941 ticking which is Fire Retardant to Ignition Source 5 BS 7177 regulations. (Certificate of proof must be provided with sample). Make good any timber supports or legs and their fixings. New layer of 170 gram polyester topping. Re-bagged. Dimensions each half: Double ? W 54? x L 38? x D 13 1/2? Queen ? W 60? x L 78? x D 13 1/2? (full depth) Note: Changes to the above listed sizes of these items are beyond the control of the Government, and in such an occurrence, every effort shall be made to inform the contractor of the change. APPENDIX B ESTIMATED QUANTITIES A. REPAIR BY REPLACEMENT ITEM ESTIMATED QTY FOR 12 Mnths MATTRESS, SINGLE 400 MATTRESS, DOUBLE 500 MATTRESS, QUEEN 125 BOX-SPRING, SINGLE 30 BOX-SPRING, DOUBLE 30 SPLIT DIVAN BASE ? 4?6? 25prs SPLIT DIVAN BASE ? 5?0 25prs All the above figures are estimates only and are based on average annual requirements. Actual quantities may be different from that required during the performance period. The contractor shall provide all personnel, tools, materials, management, supervision, and labor necessary to ensure the Repair/Replacement of Mattresses and Box springs in accordance with the Statement of Work, RAF Feltwell. Potential contractors shall include a completed copy of the provision at FAR 52.212-3 Offeror Representation and Certifications - Commercial Items with its offer. Contractors must include its Federal Tax Identification Number and corporate status. Corporate status means the concern's designation as a 1) sole proprietorship, 2) partnership, or 3) other corporate entity. The clause at 52.212-4 Contract Terms and Conditions -Commercial Items and provision at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition and are incorporated by reference. The provision at 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items is included and incorporates by reference the clauses identified by the contracting officer: 52.222-3 Convict Labor, 52.233-3 Protest After Award, 52.225-13, Restrict ions on Certain Foreign Purchases, 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.225-3 Buy American Act - Supplies, 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration, . The provisions and clauses identified as 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.232-25 Prompt Payment, 52.232-18, Availability of Funds, 52.232-19, Availability of Funds for the Next Fiscal Year, applies to this acquisition and are incorporated by reference. DFARS clauses and provisions 252.212-7000 -- Offeror Representations and Certifications -- Commercial Items, 252.204-7001 -- Commercial and Government Entity (CAGE) Code Reporting, 252.204-7004 -- Required Central Contractor Registration apply to this solicitation. 252.229-7000 INVOICES EXCLUSIVE OF TAXES OR DUTIES Invoices submitted in accordance with the terms and conditions of this contract shall be exclusive of all taxes or duties for which relief is available. 252.229-7001 TAX RELIEF (a) Prices set forth in this contract are exclusive of all taxes and duties from which the United States Government is exempt by virtue of tax agreements between the United States Government and the Contractor's government. The following taxes or duties have been excluded from the contract price: NAME OF TAX: VAT (Offeror Insert) RATE: (PERCENTAGE): 17.5% (Offeror Insert) (b) The Contractor's invoice shall list separately the gross price, amount of tax deducted and net price charged. (c) When items manufactured to United States Government specifications are being acquired, the Contractor shall identify the materials or components intended to be imported in order to ensure that relief from import duties is obtained. If the Contractor intends to use imported products from inventories on hand, the price of which includes a factor for import duties, the Contractor shall ensure the United States Government's exemption from these taxes. The Contractor may obtain a refund of the import duties from its government or request the duty-free import of an amount of supplies or components corresponding to that used from inventory for this contract. 252.229-7006 VALUE ADDED TAX EXCLUSION UNITED KINGDOM) The supplies or services identified in this contract are to be delivered at a price exclusive of value added tax under arrangements between the appropriate United States authorities and Her Majesty?s Customs and Excise (Reference Priv. 46/7). By executing this contract, the Contracting Officer certifies that these supplies or services are being purchased for United States Government official purposes only. 252.229-7008 RELIEF FROM IMPORT DUTY (UNITED KINGDOM) any import dutiable articles, components, or raw materials supplied to the United States Government under this contract shall be exclusive of any United Kingdom import duties. Any imported items supplied for which import duty already has been paid will be supplied at a price exclusive of the amount of import duty paid. The Contractor is advised to contact Her Majesty?s (HM) Customs and Excise to obtain a refund upon completion of the contract (Reference HM Customs and Excise Notice No. 431, February 1973, entitled ??Relief from Customs Duty and/or Value Added Tax on United States Government Expenditures in the United Kingdom??). 252.232-7008 ASSIGNMENT OF CLAIMS (OVERSEAS) 252.233-7001 CHOICE OF LAW (OVERSEAS) 252.242-7000 POSTAWARD CONFERENCE 5352.204-9100 COMMUNICATIONS SECURITY REVIEW 5352.215.9103 CONTINUED PERFORMANCE DURING WAR OR STATES OF EMERGENCY For the purposes of this clause the blank(s) are completed as follows:(a)(1) United Kingdom 5352.246-9100 COMMERCIAL WARRANTY SEP 1986 FELTWELL-AA-08 Electronic Funds Transfer (LOCAL) Payment is now available using electronic funds transfer (EFT). This is simply Done by including the information listed in paragraph (j) below with the invoice. 52.232-34 payment by electronic funds transfer -other than Central Contractor Registration (may 1999) (a) Method of payment. (1)All payments by the government under this contract may be made by electronic funds transfer (EFT), except as provided in paragraph (a)(2) of this clause. As used in this clause, the term "EFT" refers to the funds transfer and may also include the payment information transfer. (i) Accept payment by check or some other mutually agreeable method of payment; or (ii) request the government to extend payment due dates until such time as the government makes payment by EFT (but see paragraph (d) of this clause). (2) If the contractor provides EFT information applicable to multiple contracts, the contractor shall specifically state the applicability of this EFT information in terms acceptable to the designated office. However, EFT information supplied to a designated office shall be applicable only to contracts that identify that designated office as the office to receive EFT information for that contract. (c) Mechanisms for EFT payment. The government may make payment by EFT through either the automated clearing house (ACH) network, subject to the rules of the national automated clearing house association, or the Fed wire transfer system. The rules governing federal payments through the ach are contained in 31 CFR Part 210. (d) Suspension of payment. (1) The government is not required to make any payment under this contract until after receipt, by the purpose of prompt payment under this contract. The prompt payment terms of the contract regarding notice of an improper invoice and delays in accrual of interest penalties apply. (2) If the EFT information changes after submission of correct EFT information, the government shall begin using the changed EFT information no later than 30 days after its receipt by the designated office to the extent payment is made by EFT. However, the contractor may request that no further payments be made until the updated EFT information is implemented by the payment office. If such suspension would result in a late payment under the prompt payment terms of this contract, the contractor's request for suspension shall extend the due date for payment by the number of days of the suspension. (e) Liability for uncompleted or erroneous transfers. (1) If an uncompleted or erroneous transfer occurs because the information incorrectly, the government remains responsible for--incorrect EFT information within the meaning of paragraph (d) of this clause. (h) Liability for change of EFT information by financial agent. The government is not liable for errors resulting from changes to EFT information provided by the contractor's financial agent. (i) Payment information. The payment or disbursing office shall forward to the contractor available payment information that is suitable for transmission as of the date of release of the EFT instruction to the Federal Reserve System. The government may request the contractor to designate a desired format and method(s) for delivery of payment information from a list of formats and methods the payment office is capable of executing. However, the government does not guarantee that any particular format or method of delivery is available at any particular payment office and retains the latitude to use the format and mail the payment information to the remittance address in the contract. (j) EFT information. The contractor shall provide the following information to the designated office. The contractor may supply this data for this or multiple contracts (see paragraph (b) of this clause). The contractor shall designate a single financial agent per contract capable of receiving and processing the EFT information using the EFT methods described in paragraph (c) of this clause. (5) The contractor's name and remittance address, as stated in this clause. FELTWELL-AA-09 Installation Passes. (LOCAL) IAW 5352.204-9102 Installation Passes. The performance of this contract is located on a United States Air Force installation, and all access to the installation is controlled by the RAF Lakenheath or RAF Mildenhall Pass & Identification Office, and 48th Contracting Squadron, at RAF Feltwell UK. (a) Prior to commencing work the Contractor shall furnish a complete list of all vehicles and personnel involved in the accomplishment of the contract work to the Contracting Officer or designated representative to ensure access to the respective installations. The following information must be furnished on this list: (1) Vehicles: Make, model, and year of manufacture, capacity, type, license number, and insurance policy number. (2) Personnel: First and last name, date of birth, place of birth, passport or identification card number, place of residence and any such other information, as required, to satisfy individual air base or army security regulations governing access to granting of passes to the particular military establishment. (b) Individuals requiring base access on a recurring basis (over 30 days) for the performance of a contract will complete Request for Base Entry Pass Identification Worksheet, available from the 48th Contracting squadron. The 48th Contracting squadron will complete the USAFE Form 79. Contractors are responsible for process the USAFE Form 79 through the Pass and Registration Section at RAF Lakenheath or RAF Mildenhall for an Installation Pass. (c) All personnel on USAF installations are subject to search, at the discretion of the installation commander. (d) Installation passes will be returned immediately to the Pass and Registration Section when: (1) Pass has expired. (2) Pass holder is no longer employed by the Contractor. (3) Contract is completed. (4) Contracting Officer so directs. Pass and Registration will annotate, in block # 17 of the USAFE Form 79, the results of the LAC. Personnel who return with a LAC containing derogatory information may be declined base access. Further information will be required before a base pass will be issued. A determination will be made at the time of request on whether further information is required to issue a base pass. Pass and Registration will maintain a copy of the LAC on file, for the duration of employment of the individual. Agencies are required to notify Pass and Registration of any new derogatory information received after the LAC has been completed. This shall be accomplished, in writing to 100 SFS/SFOXI, within 48 hours. Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. Upon termination of an employee the contractor shall ensure that the base identification pass issued to the employee is returned to the issuing office. Prior to submitting an invoice for final payment, the prime contractor shall obtain a clearance certification from the issuing office which states all base identification passes have been turned in, accounted for, or transferred to a follow-on contract. This certification shall be submitted to the Contracting Officer prior to submission of the final invoice for payment. Failure to comply with these requirements may result in withholding of final payment. The contractor shall coordinate with Mr. Ian Lancaster (01638-52 7342) concerning the usage of any government owned tools/equipment. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-27 and DFARS DCN 20020531. Copies of the FAR and DFARS can be obtained via the Internet: www.farsite.hill.af.mil If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://www.ccr2000.com. Contractors are required to have a Dun & Bradstreet number (DUNS) in order be registered in the CCR database. Lack of registration may make an offeror ineligible for award. A contractor can receive a DUNS number by calling Dun & Bradstreet at (800) 333-0505. Internet registration takes approximately 72 hours; mail-in registration takes approximately 30 days. Interested parties must submit any questions in writing (via e-mail, windows compatible) to BOTH individuals listed below, or fax to (011)(44) 01638-52-7183 or by US postal service to the below address. Quotes and any amendments (if any) must be signed, dated and submitted in writing by fax to (011)(44) 01638-52-7091, electronic or mail to 48th Contracting Squadron, Bldg 55, Marham Rd, RAF Feltwell, Thetford, Norfolk, IP264HL attention to Franquan Culbert or Lynette Parson by 4:00 PM Local Time, 15 Dec 03. If sent by electronic means, windows compatible, a signed original of the SF 1449 and all amendments (if any) shall be faxed NLT the date and time above and mailed to the above address within (5) workdays. If quotes are sent by fax, the entire original hard copy shall be mailed to the above address within (5) workdays. Contact Contracting Administrator, Franquan Culbert at (011)(44) 01638-52-7091, (Franquan.Culbert@Lakenheath.af.mil) or Contracting Officer Lynette Parson at (011) (44) 01638-52-7081 (Lynette.Parson@Lakenheath.af.mil) for information regarding this solicitation.
 
Place of Performance
Address: RAF FELTWELL, UK
Zip Code: IP26 4HL
Country: UNITED KINGDOM
 
Record
SN00479116-W 20031203/031202075237 (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.