Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2006 FBO #1580
SOLICITATION NOTICE

72 -- Mobile Metal Shelving

Notice Date
3/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, DE, 19902-5639
 
ZIP Code
19902-5639
 
Solicitation Number
F1Q2AM6048A100
 
Response Due
4/7/2006
 
Archive Date
4/22/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The 436th Contracting Squadron at Dover AFB Delaware intends to award a purchase order under Simplified Acquisition Procedures (SAP) for Equipto or equal Mobile Aisle Shelving System and Equipto or equal V Grip Shelving. 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 announcement constitutes the only solicitation. Quotes are being requested on a firm fixed price basis and a written solicitation will not be issued. The solicitation number is F1Q2AM6048A100 and is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-08 and Defense Acquisition Circular 20060123. This solicitation is set-aside for small businesses. The North American Industry Classification System Code NAICS is 337215, size standard is 500 employees. The contractor shall provide blue or gray Mobile Aisle Shelving System as follows: CLIN 0001 Eight sections of Equipto or equal V-grip closed style shelving, each measuring 84inches high x 48inches wide x 12inches deep. Total of four rows of back to back shelving consisting of one section per row. Each section of back to back storage shelving shall be equipped with seven shelf levels. Each section will provide six usable storage locations with a minimum of 12 inches of clearance to store binders that are 11 and 3 quarters inches high. A total of four mechanically assisted mobile carriages. CLIN 0002 Equipto or equal V Grip Shelving A. Eight sections of Equipto or equal closed style V Grip shelving 84 inches high x 24 inches deep x 48 inches wide. Two of the eight sections will have four Equipto or equal heavy duty modular drawers installed. Each of the eight modular drawers will be 10 and a half inches deep x 48 inches wide. In addition four sets of dividers will be supplied. B. Two sections of Equipto or equal Mini Bulk Rack 96 inches high x 72 inches wide x 48 inches deep with four shelf levels. C. Two sections of Equipto or equal Bulk Rack 96 inches high x 48 inches wide x 36 inches deep with four shelf levels. D. One section of Equipto Bulk Rack 96 inches high x 60 inches wide x 36 inches deep with four shelf levels. e) One Workbench Comp. Area consisting of two pedestal modular drawer cabinets and one hardwood bench top. Each modular drawer cabinet will consist of a quantity of three 4 and a half inches deep x 22 inches wide drawer. All drawers are equipped with dividers Workbench top will be 1 and 3 feet 4 inches thick hardwood measuring 30inches deep x 72 inches wide with ergonomis front edge. F. WireCrafters heavy duty security fencing approximately 96 inches high. Includes approximately 18 lineal ft. and one 4 ft. wide sliding gate. Estimated completion will be 45 days after awarding of contract. Contractor shall provide all materials, labor, and transportation necessary to accomplish this work. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In accordance with FAR 52.252-1 Feb 1998 and FAR 52.252-2 Feb 1998, the following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors, Commercial Items Jan 2006. Award will be made to the offeror whose proposal represents the best value to the Government. AS OF 1 JANUARY 2005, OFFERORS ARE REQUIRED TO COMPLETE ONLINE REPRESENTATIONS AND CERTIFICATIONS AT http://orca.bpn.gov WHICH ARE IDENTICAL TO WHAT IS REQUIRED IN FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS Mar 2005. Other applicable clauses: FAR 52.211-6 Brand Name or equal; FAR 52.212-4 Contract Terms and Conditions-Commercial Items Sep 2005-is tailored as follows: subparagraph c is changed to read: ?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 changes in paying office, appropriations data, etc. which may be changed unilaterally by the Government.? FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items Feb 2006; FAR 52.219-6 Notice of Total Small Business Set Aside. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-3 Convict Labor; FAR 52.222-36 Affirmative Action for Workers with Disabilities June 1998. FAR 52.232-33, Payment by Electronic Transfer-Central Contractor Registration Oct 2003; 52.233-3, Protest after Award Aug 1996; 52.244-6, Subcontracts for Commercial Items Feb 2006; In accordance with DFARS 252.204-7004, Required Central Contractor Registration Nov 2003, prior to receiving any contract award, contractors must be registered in the Central Contract Registration CCR. If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://ccr.gov. On-line registration with the CCR is also available at the Small Business Administration Internet address www.sbaonline.sba.gov. Confirmation of CCR registration must be obtained before award can be made. OFFEROR MUST SUBMIT COMPLETE CLAUSE DFARS 252.225-7000 Buy American Act--Balance of Payments Program Certificate Jun 2005 OFFEROR MUST SUBMIT COMPLETE CLAUSE, DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.225-7001, Buy American Act and Balance of Payment Program Jun 2005; DFARS 252.225-7036, Buy American Act -- North American Free Trade Agreement Implementation Act ? Balance of Payment Program Mar 1998; DFARS 252.227-7015, Technical Data -- Commercial Items Nov 1995; DFARS 252.227-7037, Validation of Restrictive Markings in Technical Data Sep 1999; Any award resulting from the solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. AFFARS 5352.242-9000 JUN 2002 Addenda to AFFARS 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS JUN 2002 SECURITY REQUIREMENTS: The contractor and, as applicable, subcontractor shall not employ persons for work on this contract if such employee is identified as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population, nor shall the contractor or subcontractor employ persons under this contract who have an outstanding criminal warrant as identified by the National Crime Information Center NCIC. NCIC checks will verify if a person is wanted by local, state, and federal agencies. A poor criminal history could be grounds for contractors/potential contractors not receiving a permanent base pass; personnel with unfavorable criminal histories will not be issued a contractor?s badge. Persons without a permanent base pass or contractors badge may be denied access to installation during higher Force Protection Conditions FPCONs. All contractor and subcontractor personnel must consent to NCIC background checks. Contractor and subcontractor personnel who do not consent to an NCIC check will be denied access to the installation. Information required to conduct an NCIC check includes: full name, driver?s license number/state issued/expiration date, social security number, and date of birth of the person entering the installation and shall be submitted in conjunction with the contractor?s request for vehicle passes. Completion of a successful NCIC check does not invalidate the requirement for an escort when contractor or subcontractor personnel are working within controlled or restricted areas. Contractors shall ensure their employees and those of their subcontracts have the proper credentials allowing them to work in the United States. Persons later found to be undocumented or illegal aliens will be remanded to the proper authorities. The contractor shall not be entitled to any compensation for delays or expenses associated with complying with the provisions of this clause. Furthermore, nothing in this clause shall excuse the contractor from proceeding with the contract as required. AFFARS 5352.201-9101 Ombudsman (AUG 2005) Insert in para ? Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number 703-588-7004, facsimile number 703-588-1067. Section 1008 of the National Defense Authorization Act for fiscal year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF- RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com. Quotes should reference RFQ No F1Q2AM6048A100. A site visit has been set up for any interested vendors at building 793, 793 Orly St, Dover AFB, DE 19902 on Wednesday, 29 Mar 2006 at 2:00 PM EST. All that will be attending must send an R.S.V.P. no later than 27 Mar 2006, 12:00 PM EST. Vendors are reminded to have proof of insurance, driver?s license and vehicle registration to be allowed access on the base. The POC for this acquisition is TSgt LaNita Parker, Phone 302-677-5258; Fax 302-677-2309, E-Mail: Lanita.parker@dover.af.mil. Quotes may be mailed to 436th Contracting Squadron/LGCB, Attn: TSgt LaNita Parker, 639 Atlantic Ave, Dover AFB, DE 19902. Oral Quotes will not be accepted. Responses to this RFQ must be received via fax, e-mail, or postal mail by 7 Apr 2006, 12:00 PM EST.Vendors must submit all required documentation to be considered.
 
Place of Performance
Address: 436 AMXS, 793 Orly Street, Dover AFB, DE
Zip Code: 19902
Country: US
 
Record
SN01013473-W 20060325/060323212410 (fbodaily.com)
 
Source
FedBizOpps 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.