Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2006 FBO #1684
SOLICITATION NOTICE

71 -- Rocker Recliners for New UOQ

Notice Date
7/5/2006
 
Notice Type
Solicitation Notice
 
NAICS
442110 — Furniture Stores
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Laughlin AFB Contracting Squadron, 171 Alabama Ave Bldg 7, Laughlin AFB, TX, 78843-5102
 
ZIP Code
78843-5102
 
Solicitation Number
F2R3C2611A2
 
Response Due
7/27/2006
 
Archive Date
8/11/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (FAR) 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 requirement is F2R3C2611A200 and is hereby issued as a Request for Quote (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures. This is a ?brand name or equal? requirement in accordance with (IAW) FAR provision 52.211-6 ?Brand Name or Equal?, (Aug 1999). Laughlin Air Force Base, Texas intends to award a firm-fixed-price contract for the following requirement: CLIN 0001: 58 upholstered rocker recliners, fabric grade 4, color medium blue. Flexsteel part number C212R-51 or equal. Quoted price to include FOB destination. Provide product specifications, fabric swatch, and warranty information with quotation. CLIN 0002: Provide a quote for installation to include assembly, set up in rooms, and disposal of packing materials. The installation date will be coordinated with the Contractor (see CLIN 0003). CLIN 0003: The recliners will be installed in a new building currently under construction. The current scheduled completion date of the building is October 25, 2006. The recliners are to be shipped no earlier than October 25, 2006. Propose a daily storage cost for the recliners (if applicable), in the event the building is not completed as scheduled and the government requests that the shipment of the recliners be delayed until the building is completed. This acquisition is 100% Small Business Set-Aside and is under North American Industry Classification System code 442110 with a small business size standard of 500 employees. Please identify your business size in your response based upon this standard. The provisions and clauses incorporated in this notice are those in effect through Federal Acquisition Circular (FAC) 2005-10 effective 28 Jun 2006, Class Deviation 2005-o0001, and the Defense Federal Acquisition Regulation Supplement (DFARS) Change Notice 20060616. It is the offeror?s responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order: FAR 52.212-1, Instructions to Offerors-Commercial Items-(Jan 2006), and any addenda to the provision as listed in this notice; FAR 52.212-2, Evaluation-Commercial Items-(Jan 1999) (Award will be made based upon best value to the government); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items-(Mar 2005) (Offeror must complete the representation and certifications and submit with offer. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov); FAR 52.212-4, Contract Terms and Conditions-Commercial Items-(Sep 2005); FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items-(Apr 2006); FAR 52.219-6, Notice of Total Small Business Set-Aside-(Jun 2003); FAR 52.204-7, Central Contractor Registration (Oct 2003); FAR 52.204-9; Personal Identity Verification of Contractor Personnel-(JAN 2006); FAR 52.222-3, Convict Labor-(Jun 2003); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Apr 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans-(Dec 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities-(Jun 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans-(Dec 2001); FAR 52.223-5, Pollution Prevention and Right-to Know Information-(Aug 2003); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration-(Oct 2003); FAR 52.233-1, Disputes-(Jul 2002); FAR 52.233-3, Protest After Award-(Aug 1996); FAR 52.233-4, Applicable Law for Breach of Contract Claim-(Oct 2004); FAR 52.237-1 Site Visit (Apr 1984); FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984); FAR 52.247-4, F.o.b. Destination (Nov 1991); FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) http://farsite.hill.af.mil.; FAR 52.252-2, Clauses incorporated by Reference-(Feb 1998) (http://farsite.hill.af.mil); FAR 52.252-3, Alterations in Solicitation (Apr 1984); FAR 52.252-4, Alterations in Contract (Apr 1984); FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984) is amended in paragraph (b) to add ?Department of Defense Federal Acquisition Regulation? Chapter 2-(Apr1984); FAR 52.253-1 Computer Generated Forms-(Jan 1991); DFARS 252.204-7004, Alternate A-(Nov 2003); 252.204-7003, Control of Government Personnel Work Product-(Apr 1992); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items-(Dec 2005); DFARS 252.225-7035 with Alt I, Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate (Jun 2006); DFARS 252.225-7036 with Alt I, Buy American Act-Free Trade Agreement-Balance of Payments Program-(Jun 2006); DFARS 252.232-7003, Electronic Submission of Payment Requests-(May 2006); DFARS 252.232-7010 Levies on Contract Payments (Sep 2005); DFARS 252.243-7001, Pricing of Contract Modifications-(Dec 1991); DFARS 252.247-7023 with Alt III, Transportation by Sea (May 2002); AFFARS 5352.242-9000, Contractor Access to Air Force Installations-(Jun 2002); AFFARS 5352.223-9001, Health and Safety on Government Installations-(Jun 1997). AFFARS 5352.201-9101 Ombudsman (August 2005) In Accordance with DFARS 252.232-7003, Invoicing and payments must be made utilizing the Wide Area Work Flow (WAWF)- To register and submit invoice go to https://wawf.eb.mil. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. To view the provisions and clauses in full text, visit the web site: http://farsite.hill.af.mil. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration. To register you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. The quote format is at the discretion of the offeror. Include FAR 52.212-3, Offer Representation and Certification with Offer. No telephonic responses will be processed. All responses must be received no later than 4:30 P.M., Central Standard Time on 27 July 2006. Please send any questions and quotes to 47 CONS/LGCA, ATTN: A1C Jaclyn Kaiser, 171 Alabama Ave Bldg 7, Laughlin AFB, TX 78843. You may also call POC at (830) 298-5280, fax number is (830) 298-4178, or e-mail jaclyn.kaiser@laughlin.af.mil. The Contracting Officer on this requirement is Mr. David Hancock and he can be contacted at (830) 298-5175, or e-mail to david.hancock@laughlin.af.mil .
 
Place of Performance
Address: 47 CES/CEH BLDG 468, 548 LAUGHLIN DR, LAUGHLIN AFB TX 78843
Zip Code: 78843
Country: USA
 
Record
SN01082770-W 20060707/060705220507 (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  © 1994-2020, Loren Data Corp.