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

70 -- Raised flooring system, Powerflor

Notice Date
9/14/2005
 
Notice Type
Modification
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 347 CONS - Moody, 4380B Alabama Rd., Moody AFB, GA, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-05-Q-0115
 
Response Due
9/17/2005
 
Archive Date
10/2/2005
 
Point of Contact
Paul Babiarz, Contract Specialist, Phone 229-257-4717, Fax 229-257-4032,
 
E-Mail Address
paul.babiarz@moody.af.mil
 
Small Business Set-Aside
Total Small Business
 
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. The solicitation number for this procurement is FA4830-05-Q-0115 and is issued as Request for Quotation.This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-05, Defense Acquisition Circular (DAC) 91-13 and Air Force Acquisition Circular (AFAC) 2005-0518. This solicitation is 100% small business set-aside. The solicitation is set aside for small business. The North American Industry Classification System is 339999. The small business size is 500. The BID SCHEDULE shall be for: LINE ITEM 0001: POWERFLOR: A completely integrated, modular, plug and play cable mamagement system for offices, media centers, and government offices. Powerflor is not permanently attached to the floor, so it can be reconfigured or moved to another location. Comes complete with finished carpet surfaces, ramps, rails, power and data connectors, cables, phone outlets and intermediate wiring. Carpet tile milliken colorweave #206 Opel Gem OR EQUAL. QTY 357 ea LINE ITEM 0002 Carpet tile assy-standard glued OR EQUAL. QTY 68ea LINE ITEM 0003 Panel assy-standard solid OR EQUAL. QTY 228ea LINE ITEM 0004 Panel assy-with Port 1 OR EQUAL. QTY 21ea LINE ITEM 0005 Panel assy-with Port 2 OR EQUAL. QTY 2ea LINE ITEM 0006 Panel assy-with Port 3 OR EQUAL. QTY 18ea LINE ITEM 0007 Panel assy-with Port 4 OR EQUAL. QTY 3ea LINE ITEM 0008 Panel assy-with Port 1 & 3 OR EQUAL. QTY 3ea LINE ITEM 0009 Pedestal 9x9 solid OR EQUAL. QTY 53ea LINE ITEM 0010 Perimeter 6x18 OR EQUAL. QTY 31ea LINE ITEM 0011 Standard ramp 1/6 Slope 18x18 OR EQUAL. QTY 8ea LINE ITEM 0012 Standard ramp 1/6 Slope-18x18 Int corner OR EQUAL. QTY 1ea LINE ITEM 0013 Z Trim-60" Cushion OR EQUAL. QTY 2ea LINE ITEM 0014 JB Clip-Powerport OR EQUAL. QTY 32ea LINE ITEM 0015 Grommet Assy-4"-KB 4000 OR EQUAL. QTY 34ea LINE ITEM 0016 Powerport Lid Assy-Standard OR EQUAL. QTY 16ea LINE ITEM 0017 Elect Junction Box - 8 wire OR EQUAL. QTY 16ea LINE ITEM 0018 Elec Duples Outlet Insert-20A-Circuit OR EQUAL. QTY 4ea LINE ITEM 0019 Elec Duples Outlet Insert-20A-Circuit 2 OR EQUAL. QTY 4ea LINE ITEM 0020 Elec Duples Outlet Insert-20A-Circuit 3 OR EQUAL. QTY 4ea LINE ITEM 0021 Elec Duples Outlet Insert-20A-Circuit 4 OR EQUAL. QTY 4ea LINE ITEM 0022 Elec Cable Assy-8 wire-Line Entry 96" OR EQUAL. QTY 1ea LINE ITEM 0023 Elec Cable Assy-8 wire-Pwr/Pwr 38" OR EQUAL. QTY 4ea LINE ITEM 0024 Elec Cable Assy-8 wire-Pwr/Pwr 60" OR EQUAL. QTY 1ea LINE ITEM 0025 Elec Cable Assy-8 wire-Pwr/Pwr 80" OR EQUAL. QTY 1ea LINE ITEM 0026 Elec Cable Assy-8 wire-Pwr/Pwr 104" OR EQUAL. QTY 4ea LINE ITEM 0027 Elec Cable Assy-8 wire-Pwr/Pwr 140" OR EQUAL. QTY 3ea LINE ITEM 0028 Elec Cable Assy-8 wire-Pwr/Pwr 180" OR EQUAL. QTY 2ea LINE ITEM 0029 Elec Cable Assy-8 wire-Pwr/Pwr 264" OR EQUAL. QTY 1ea LINE ITEM 0030 Installed LINE ITEM 0031 Freight All items quoted must be the exact items listed OR EQUAL. The contracting officer will determine if the quoted products are suitable substitutions making them qualify as an OR EQUAL product. DELIVERY: Delivery is required by 30 days ADC and shall be delivered to 820 Security Forces Group, 9551 Luke St., MOODY AFB GA 31699 Point of Contact: TSgt Daniel Hoyt 229-257-8269 FOB POINT: Destination price must include shipping. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: SOLICITATION NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME; ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS. Quote shall also contain all other documentation specified herein. Signed quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation to the responsive responsible low offeror. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR registration requirements may be viewed via the internet at http://www.ccr2000.com/ or by calling the CCR Registration Centers at 1-888-227-2423.OFFEROR’S SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER. The following listed FAR clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the internet at http://farsite.hill.af.mil/. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759), FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3)), FAR 52.222-26 Equal Opportunity (E.O. 11246) FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212) FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793) FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) FAR 52.225-3, Buy American Act-Supplies (41 U.S.C. 10) FAR 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program (41 U.S.C. 10, pub.L.103-187) FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241) FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment, FAR 52.228-5 Insurance-Work on a Government Installation. The following FAR Clauses apply if marked /X/: /X/ FAR 52.214-21, Descriptive Literature, /X / FAR 52.219-6, Notice of Total Small Business Set-Aside. The Defense Priorities and Allocations System (DPAS) rating is C9E. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 347 CONTRACTING SQUADRON LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 2:00 P.M. EST ON 17 Sep 2005. ALL PROPOSALS SHALL BE MARKED WITHREQUEST FOR QUOTATION, SOLICITATION NUMBER, RECEIPT OF QUOTATION DATE & TIME, AND PROJECT TITLE ON THE OUTSIDE OF THE PROPOSAL ENVELOPE. FACSIMILE OFFERS WILL BE ACCEPTED. Contracting Officer: James Kessel (229) 257-4715. The point of contact for this solicitation is 1Lt Paul Babiarz 229-257-4722, 229-257-4032 (fax), paul.babiarz@moody.af.mil This RFQ is extended until 19 Sep 2005, 2:00PM EST. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (14-SEP-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSOC/347cons/FA4830-05-Q-0115/listing.html)
 
Place of Performance
Address: Moody AFB, GA
Zip Code: 31699
Country: USA
 
Record
SN00895724-F 20050916/050914213957 (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.