Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2004 FBO #1020
SOLICITATION NOTICE

99 -- Armed Forces Caskets

Notice Date
9/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
423850 — Service Establishment Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
F4SVF142450100
 
Response Due
9/13/2004
 
Archive Date
9/28/2004
 
Point of Contact
Audra Novatnak, Contract Specialist, Phone 210-652-5117, Fax 210-652-2759, - Susan Brett-Farnsworth, Contract Specialist, Phone 210-652-5187, Fax 210-652-2759,
 
E-Mail Address
audra.novatnak@randolph.af.mil, Susan.Brett-Farnsworth@randolph.af.mil
 
Description
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. Reference number F4SVF142450100 is issued as a request for quote (RFQ). This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-07. The applicable NAICS code for this requirement is 423850. The applicable size standard is 500 employees. Commerce Business Daily Note 1 applies to this requirement. The requirement is to purchase and ship funeral service merchandise (caskets) for the USAF Mortuary, Camp Kinser, Okinawa JA, for Randolph AFB Headquarters Services Agency. The caskets must be for both metal and hardwood, in both regular and oversize. The caskets will meet HQ AFSVA?s need to provide Caskets to the Air Force?s mortuary on Okinawa, JA. The caskets include 18 GA, Reg (13 each); 18 GA, Oversize (1 each); and Hardwood Regular (13 each). The caskets are loaded into a container for movement by sea. The Air Force requests 27 or more caskets per shipment. Each casket requires an outer shipping container for protection against damage. The company will provide the proper documentation and arrange for the shipment of the caskets. This contract will have Option Years 1-4 for shipment of a minimum 27 caskets (14-18GA Metal caskets and 13 Hardwood caskets). The caskets must be as a minimum, Standard Size 18-gauge metal sealer, cut top. Inside dimensions shall not be less than 78 inches in length, measured between the inner surfaces of the end panels, and 23 inches in width, measured between the inner surfaces of the side panels. Oversize 18-gauge metal sealer, cut top. Inside dimensions shall not be less than 81 inches long, measured between the inner surfaces of the end panels, and 25 inches wide, measured between the inner surfaces of the side panel. Materials. Materials shall, as a minimum, conform to the applicable specifications and requirements specified hereinafter. Unless otherwise specified herein, tolerances for materials shall, at a minimum, conform to these specifications. Steel: Steel sheet shall be common or standard to that used within the metal casket industry. Fabric (Lining). The construction of this cloth shall at a minimum be warp 92 ends 100-denier dull acetate yarn; filling 52 picks - 150-denier dull acetate yarn. The acetate taffeta fabric's finish shall be flat and/or embossed. The color shall be white (ivory). Sample Casket. When required by the government, a sample may be made available to the contracting officer or authorized representative for quality assurance in accordance with the requirements. The approval of the sample does not relieve the contractor of responsibility for compliance with all applicable provisions of this requirement. The pre-furnished sample(s) shall be manufactured in the same facilities used to manufacture the caskets furnished under contract. The following clauses and provisions apply and can be viewed at the FAR website, http://farsite.hill.af.mil: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors -Commercial applies to this acquisition; 52.212-2, Evaluation -Commercial Items. The specific evaluation criteria for this provision is as follows: conformance to the specifications and price. Offerors shall submit the following information: price proposal for aforementioned requirement. 52.212-4, Contract Terms and Conditions --Commercial Items. Paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriate data, etc., which may be changed unilaterally by the Government. Paragraph (n) is hereby tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this contract shall pass to the government upon acceptance, regardless of when or where the Government takes physical possession. 52.212-5, Contract Terms and Conditions - Commercial Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items with these additional FAR clauses marked: 52.222-19 Child Labor, Cooperation with Authorities and Remedies; 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 V.S.C.; 52.225-13 Restrictions on Certain Foreign Purchases; 52.252-2, Clauses Incorporated by Reference (Feb 1998). In addition, the following DFARS provisions apply: 252.204-7004 Required Central Contractor Registration; 252.212-770 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7003 Electronic Submission of Payment Requests. Offerors must include with their quote, a completed copy of the provisions at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, 52.219-1, Small Business Program Representations, and 52.219-1 Alternate I, Small Business Program Representation and DFARS 252.212-7000, Offeror Representations and Certifications?Commercial Items. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. All responsible parties capable of providing the above must submit a written price quote to include discount terms, cage code, outline detailing at a minimum steps involved in the shipment process to include customs paperwork or documents, and firm evidence of their ability to perform. All responses will be considered. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may apply through the Internet at http://www.ccr2000.com/. Responses to this notice shall be provided in writing to the attention of TSgt Audra Novatnak, 12 CONS/LGCB, 395 B Street West, Suite 2, Randolph AFB TX 78150, via e-mail at audra.novatnak@randolph.af.mil or faxed to (210) 652-2759 no later than 13 September 04, 2:00 P.M. (CST). Original Point of Contact TSgt Audra Novatnak, Contract Specialist, Phone 210-652-5117 ext 3022, Fax 210-652-2759, E-mail audra.novatnak@randolph.af.mil - TSgt Susan Brett-Farnsworth, Contract Specialist, Phone 210-652-5187, Fax 210-652-2759, Email Susan.Brett-Farnsworth@randolph.af.mil Current Point of Contact TSgt Audra Novatnak, Contract Specialist, Phone 210-652-5117 ext 3022, Fax 210-652-2759, E-mail audra.novatnak@randolph.af.mil Delivery Address Address: Okinawa Country: Japan
 
Place of Performance
Address: Okinawa
Country: Japan
 
Record
SN00668777-W 20040911/040909212045 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.