Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2006 FBO #1703
SOLICITATION NOTICE

71 -- Command Bridge/Inscape Furniture

Notice Date
7/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
423210 — Furniture Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, HQ AIA, HQ AIA/LGCK 102 Hall Blvd, Ste 258, San Antonio, TX, 78243-7030
 
ZIP Code
78243-7030
 
Solicitation Number
Reference-Number-F2MTTS6173A200
 
Response Due
7/28/2006
 
Archive Date
8/12/2006
 
Description
This is a combined synopsis/solicitation for the purchase of the following items: 0001 ? Custom Configured U-shaped, 2-tier Command Bridge: 21ft, 6.625 in W x 7ft 8.375 in D x 76.5 in H, Mfg: Systems Manufacturing Corporation (SMC) Part # 11595opt4, QTY 01 EA Includes the following: -(8) 24 in W x 76.5 in H x 58 in D Modules configured to equal (4) 48?W modules joined by (3) 2 tier storage modules. Each 48? module includes: -(1) Fixed shelf base (21in W x 21 in D) -(1) standard worksurface -(1) monitor turret (19.625 in W x 21 in D x 21 in H) positioned -(3) rackmount turrets (19.625 in W x 21 in D x 21 in H) for 19in EIA rackmounting -(2) 105CFM Exhaust Fan w/ 12 ft cord Storage Module connectors include: -(2) 2-tier hi, 45 degree storage modules. 50 in D x 28 in H w/sliding plexiglass front door -(1) 2 tier hi, 12 in W x 50 in D storage extender w/worksurface 0002 ? Command Bridge 7-outlet Powerstrip, 14? long, 15 amp, Standard Plug, 10 ft cord, MFG: SMC Part# 1702, QTY 08 EA 0003 ? Command Bridge 7-outlet Powerstrip, 14? long, 20 amp, Twist Lock Plug, 10 ft cord, MFG: SMC Part# 1703, QTY 08 EA 0004 ? Command Bridge 7-outlet Powerstrip, 14? long, 20 amp, Straight Plug, 10 ft cord, MFG: SMC Part# 1704, QTY 08 EA 0005 ? 8 inch extension bracket kit for Command Bridge #11595opt4, MFG: SMC Part# 8EXTKIT, QTY 01 EA includes the following: -(8) 24 in W x 26 in H Base level 8 in D extensions -(8) 24 in W x 26 in H First level 8 in D extensions -(8) 24 in W x 26 in H Second level 8 in D extensions -(8) 24 in W x 8 in D extension tops 0006 ? Inscape Cubicile Configuration consists of two 12 ft x 6 ft cubicle clusters, each cluster includes (2) 6ft x 6 ft cubicle stations for (1) operator, totalling (4) stations. Configured as follows: Panels/tiles/connectors -37H, 51H, 64H basic platfor frames 78H standard platform Perforated metal, painted, tackable/acoustical (GR1) tiles Full height trim, painted metal Worsurface supports: Nuform woodgrain worksurfaces Straight edge detail Standard supports No electrical voice/data specified One moveable tasklight below bin (1) per station Storage Accessories -p/b/f pedestal, linear series, 15 in x 28 in x 42 in, locking, mobile -42 in W x 30in W standard bins, linear fronts, panel mounted, locking -striped patter privacy screens full height and sloped -30in W x 27in H whiteboard (1) per station 0007- Installation Services. NOTE: Installers must be US citizens and undergo a security verification. QTY, 01 EA. This notice is 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 document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2005-10. The requirement is FOB Destination. Place of performance is Bldg 322, Medina Training Annex, San Antonio TX 78243. Payment of invoices will be made by DFAS-Limestone. The estimated completion date of all requirements listed is 30 days after award. The following FAR clauses and provisions apply to this requirement, which can be viewed through Internet access at the AF FAR Site, http://farsite.hill.af.mil. 52.212-1, Instructions to Offerors - Commercial Items (JAN 2006), 52.212-2-Evaluation of Commercial Items (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Company must be US Owned due to Security Reasons (2) Price. Factor number one is significantly more important than factor number two. 52.212-3, Offeror Representations and Certifications- Commercial Items, (JUN 2006), 52.212-4, Contract Terms and Conditions-Commercial Items (SEP 2005); FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items (Jun 2006); FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION) (JUN 2006); as do the following FAR clauses cited therein: DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2006). FIRMS THAT RECOGNIZE AND CAN PROVIDE THE REQUIREMENT DESCRIBED ABOVE ARE ENCOURAGED TO IDENTIFY THEMSELVES AND PROVIDE THE SUPPORTING EVIDENCE DESCRIBED HEREIN. THE GOVERNMENT WILL MAKE AN AWARD TO THE RESPONSIBLE OFFEROR WHOSE OFFER CONFORMS TO THIS REQUIREMENT. ALL RESPONSES RECEIVED BY THE DUE DATE WILL BE CONSIDERED BY THE GOVERNMENT. Offers are due at the HQ Air Intelligence Agency Contracting Flight not later than 2:00 PM, Central Standard Time, 28 July 2006 and should reference the Solicitation listed above. Award will be made on or about 31 July 2006. Effective October 2004 contractors must register with the Online Representations and Certifications Application (ORCA), or risk having their proposals declared non-responsive. ORCA replaces most paper-based certs and reps. If you are required to be registered in CCR, you are now required to also be registered in ORCA. http://orca.bpn.gov is the address to register your company Reps & Certs. It will be effective for one year or until your company changes its information. The application will take 24 hours to become effective for the purchasing offices to view. All responsible sources may submit an offer, which, if timely received, will be considered by this office. For more information contact Mary Accomando at (210) 977-6331 or email mary.accomando@lackland.af.mil.
 
Place of Performance
Address: 543 SPST/SCSS, Building 322
Zip Code: 78227
Country: UNITED STATES
 
Record
SN01096282-W 20060726/060724220601 (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.