Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2005 FBO #1160
SOLICITATION NOTICE

72 -- Post Flight Table

Notice Date
1/27/2005
 
Notice Type
Solicitation Notice
 
NAICS
337125 — Household Furniture (except Wood and Metal) Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5 Bldg 647, Tyndall AFB, FL, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
Reference-Number-F1WC1143520200
 
Response Due
2/21/2005
 
Archive Date
3/8/2005
 
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 synopsis/solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular (FAC) 2001-27 and Defense Acquisition Circular (DAC) 91-13. Quotes are being requested and a written solicitation will not be issued. This procurement is to provide and install one (1) post flight table in accordance with the attached drawing/specification. The contractor shall provide all labor, materials and equipment necessary. The post flight table shall be ? to 1 inch in thickness and constructed of maple or oak wood. A firm-fixed price contract is contemplated. Offerors must submit a technical description of the item being offered in sufficient detail to evaluate compliance with this solicitation. This may include, but is not limited to, product literature, pictures and schematics. Place of delivery and acceptance will be 2 FS, 841 Florida Avenue, Tyndall AFB, Fl 32403. The required delivery date is 12 weeks following contract award date. This action will be a small business set aside. The applicable North American Industry Classification System (NAICS) code is 337215 with a small business size standard of 500 employees. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. Any prospective contractor must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Information concerning CCR registration requirements may be viewed via the CCR web page at: http://www.ccr.gov/ or by calling the CCR Registration Center at 1-888-227-2423. The following factors shall be used to evaluate offers and are listed in their order of importance: (a) technical capability of the item to meet the Government?s requirement and (b) price. The government reserves the right to evaluate and give evaluation credit for proposed features that exceed either the stated thresholds or objectives. The lowest price may not necessarily receive the award; likewise, the highest technically rated offer may not necessarily receive the award. Point of contact is MSgt Jenetta Langston at (850) 283-8615 or email: jenetta.langston@tyndall.af.mil. A site visit is scheduled for 7 February 2005 at 9:00 a.m. Central Standard Time at 841 Florida Ave, Bldg 164, Tyndall AFB, Fl. Interested parties are highly encouraged to attend the site visit in order to measure the proposed area for the installation. All companies interested in attending the site visit shall furnish the following information via email or fax at (850) 283-3963 no later than 6 February 2005 at 2:00 p.m. CST: Company name, address, phone number, fax number, email, name and title of each representative. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items (JAN 2005) are hereby incorporated by reference. Solicitation provision at FAR 52.212-2, Evaluation Commercial Items (JAN 1999) is hereby incorporated by reference. The Government will award a purchase order resulting from this synopsis/solicitation to the responsible offeror whose quote is conforming to the synopsis/solicitation and determined to be the most advantageous to the Government. Offerors must include a copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items (JAN 2005). The provisions at 52.212-3, Offerors Representations and Certifications-Commercial Items (JAN 2005) can be accessed and downloaded from the following web site http://www.arnet.gov/far/loadmainre.html. Clause 52.212-4 Contract Terms and Conditions-Commercial (OCT 2003) is hereby incorporated by reference. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), is hereby incorporated by references. Solicitation provision at DFARS 252.212-7000, Offeror representations and certifications-Commercial items (NOV 1995) is hereby incorporated by reference. The provisions at 252.212-7001, Contract terms and conditions required to implement statues or Executive Orders applicable to Defense acquisitions of commercial items is hereby incorporated by reference. Offers may be mailed to 325 CONS/LGCAB, Attn: MSgt Jenetta Langston, 501 Illinois Ave, Suite 5, Tyndall AFB, Fl 32403, faxed to (850) 283-3963 or emailed to jenetta.langston@tyndall.af.mil. All proposals are due by 3:00 p.m. CST on 21 February 2005. Collect calls will not be accepted.
 
Place of Performance
Address: 841 Florida Avenue, Bldg 164, Tyndall Air Force Base, FL
Zip Code: 32403
Country: USA
 
Record
SN00741264-W 20050129/050127211831 (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.