Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2005 FBO #1390
MODIFICATION

71 -- Wall-Mounted/Freestanding Furniture/Interior Signage System

Notice Date
9/14/2005
 
Notice Type
Modification
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-05-R-0081
 
Response Due
9/19/2005
 
Archive Date
11/7/2005
 
Small Business Set-Aside
N/A
 
Description
UPDATE: ATTACHED SIGNAGE SCHEDULE, WS4 LAYOUT, AND SIGNAGE LAYOUT REVISIONS 14 SEP 05 UPDATE: ATTACHED SITE VISIT MINUTES; BID SCHEDULE AND FURNITURE LAYOUT REVISIONS 13 SEP 05 UPDATE: RFP ISSUED 9 SEP 05 SYSTEMS/PANEL-BASED/WALL-MOUNTED/FREESTANDING FURNITURE/INTERIOR SIGNAGE SYSTEM This is a combined synopsis/solicitation for Service Disabled Veteran-Owned Small Business (SDVOSB) or Historically Underutilized Business Zone (HUBZone) small businesses 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 FA8601-05-R-0081 and is issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-26 Effective 19 January 2005 and Class Deviation 2005-o0001. The Contracting Squadron, 88 CONS/PKBA, will make the following acquisition: The solicitation issue date is 9 Sep 05 and will close 19 Sep 05 at 9:00 a.m. for a purchasing action and complete operational installation of furniture systems, panel-based, wall-mounted, and freestanding furnishings, and an interior signage system with construction starting 26 Dec 05 and completely installed and operational by 6 Jan 06. The acquisition is for the General Accounting Office (GAO), Building 20039 at Wright-Patterson Air Force Base, OH. CLIN 0001 for workstations 1, 2, and 3 will be awarded and CLIN?s 0002- 0005 will be add-ons in accordance with FAR clause 52.217-7, if considered. The Government will evaluate equally, as regards time of delivery, offers that propose delivery of each quantity within the applicable delivery period specified above. Offers that propose delivery that will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. The Government reserves the right to award under either the required delivery schedule or the proposed delivery schedule, when an offeror offers an earlier delivery schedule than required above. Specific requirements will include, but are not limited to the following: The contractor shall provide purchasing action and complete operational installation of furniture systems, panel-based, wall-mounted and freestanding furnishings, and interior signage system. The components of all similar type workstations are to be from the same manufacturer. All systems, wall-mounted, and freestanding furniture manufacturers shall warranty all products installed for a ten-year period. The systems furniture is to be a wall-mounted or freestanding, non-progressive system, with standard manufactured components. The North American Industry Classification System (NAICS) code for this acquisition is 337214, with an associated size standard of 500. The attachments to this document, Request for Purchase(RFP), Specifications, Bid Schedule, furniture layout, and the Statement of Work (SOW) will be posted on the ASC Preaward Information Exchange System (PIXS) at the web site: http://www.pixs.wpafb.af.mil. This RFP can be downloaded and printed from the World Wide Web at the address above. After the solicitation has been posted, it is incumbent upon the interested parties to review the web site frequently for updates to the documents. Only SDVOSB and HUBZone small business sources may submit a proposal and shall be considered. Facsimile or alternate proposals are not acceptable. Contractors must be registered in the Central Contractor Registry (CCR) prior to award for solicitations issued after 31 May 98. The web site for the CCR is http://www.ccr.dlis.dla.mil/ccr/scripts/index.html. The telephone number for CCR is 1-888-CCR-2423 and the Fax number is 1-703-696-0213. 5352.215-9001 NOTICE OF PRE-BID/PRE-PROPOSAL CONFERENCE (MAY 1996) (a) A pre-bid/pre-proposal conference will be conducted at General Accounting Office, Bldg 20039 on 13 Sep 05 at 10:00 am for the purpose of answering questions regarding this solicitation. All participants are required to assemble in the Parking Lot of Hope Hotel and Conference Center, Building 823 on the side by Packy?s Sports Bar and Grill entrance at 9:45 am. Please view the web site below for a map of WPAFB gate locations, https://www.asc.wpafb.af.mil/maps/areaabc.pdf. Before getting to the Guard Shack at Gate 12A make the right turn, which goes to the Hope Hotel and Conference Center. (b) Submit the names of all attendees (not to exceed three per company) to Capt Darla Curnutte, Contract Specialist, e-mail: darla.curnutte@wpafb.af.mil before Monday, 12 Sep 05. This information must be provided in advance in order to ensure access to the military base/conference site and adequate seating for the conference attendees. (c) Bidders/Offerors are requested to submit questions to the point of contact noted above not later than Wednesday, 14 Sep 05. Information provided at this conference shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. (d) A record of the conference shall be made and furnished to all prospective bidders/offerors. The record should include minutes of the meeting, including questions (on a non-attribution basis) and answers. Direct all questions concerning this acquisition to Capt Darla Curnutte at (937) 257-6147 Ext. 4197 or e-mail Darla.Curnutte@wpafb.af.mil. Submit with your proposal the following, completed clauses: 52.212-3 Offeror Representation and Certification ? Commercial Items 252.212-7000 Offeror Representation and Certification ? Commercial Items 52.219-1 Small Business Program Representations SOURCES SOUGHT SYSTEMS/MODULAR/FREESTANDING FURNITURE/INTERIOR SIGNAGE SYSTEM The 88th Operational Contracting Squadron is contemplating a Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or HUBZone Businesses contract for purchasing action and complete operational installation of furniture systems, modular and freestanding furnishings, and an interior signage system. This is a SOURCES SOUGHT ANNOUNCEMENT and not a notice of RFP issuance. This effort is considered commercial in nature and any resultant contract will be awarded in accordance with FAR Part 19. All interested firms (SDVOSB or HUBZone) should respond with their company name, address, and point of contact phone number. Responding parties must also indicate their business size status in relation to the applicable North American Industry Classification System (NAICS) code 337214. A small business cannot exceed 500 employees over the last 3 fiscal years. Sources should identify and address if they are a large, small, 8(a), woman owned, HUBZone, or otherwise classified as a small disadvantaged business in their responses. The contractor shall provide purchasing action and complete operational installation of furniture systems, modular and freestanding furnishings, and interior signage system. The components of all similar type workstations are to be are to be from the same manufacturer. All manufacturers shall be companies experienced for the past five years in the manufacture of commercial furniture accessories. All systems and freestanding furniture manufacturers shall warranty all products installed for a five-year period. The systems furniture manufacturer shall guarantee for a five-year period the availability of components compatible with the original installation. The furniture is to be panel-based, wall-mounted or freestanding, with standard manufactured components. This sources sought synopsis is issued to determine if there are contractors capable of and interested in supplying the required supplies and services, and to assist the Air Force in making a set-aside decision. All sources capable of providing the required services are being sought. RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT ARE DUE NO LATER THAN 1500 EST, 7 Sep 05. This sources sought is for information and planning purposes only. It does not constitute a solicitation and is not to be construed as a commitment by the Government. Interested firms must submit information requested above, as well as any routine inquiries concerning the Sources Sought to Capt Darla Curnutte, 88 CONS/PKBA, Bldg 1, 1940 Allbrook Drive, Room 109, Wright-Patterson AFB OH 45433- 5309, telephone 937-257-6147 x4197, or fax 937-656-1412, or e-mail Darla.Curnutte@wpafb.af.mil. Attached are the draft SOW and drawings. For more information on 05R0081--Wall-Mounted/Freestanding Furniture/Interior Signage System please refer to http://www.pixs.wpafb.af.mil/pixslibr/05R0081/05R0081.asp
 
Web Link
05R0081-Wall-Mounted/Freestanding Furniture/Interior Signage System
(http://www.pixs.wpafb.af.mil/pixslibr/05R0081/05R0081.asp)
 
Place of Performance
Address: 88 ABW/CECW Bldg 39 Wright Patterson AFB, OH
Zip Code: 45433
Country: USA
 
Record
SN00894919-W 20050916/050914212050 (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.