Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2006 FBO #1712
MODIFICATION

71 -- Office Star Chairs

Notice Date
8/2/2006
 
Notice Type
Modification
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2XHC66179A300
 
Response Due
8/7/2006
 
Archive Date
8/22/2006
 
Point of Contact
Luke Christopher, Contract Specialist, Phone 334-953-3530, Fax 334-953-3543,
 
E-Mail Address
luke.christopher@maxwell.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation number F2XHC66179A300 is being issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-03, AFAC 2005-0209, AETC FAR Sup NOV 2002 Defense Federal Acquisition Regulation Supplement and Defense Federal Acquisition Regulation Supplement, Defense Change Notice (DCN) number 20050422. It is the contractor’s responsibility to be familiar with the applicable clauses and provisions. 76 Each: Multi functional ergonomic chairs, Model Number EL4350; Color: Black; Specifications: 27.25" wide x 26" depth x 48.5" high, adjustable; Fabric: Leather; Required Manufacturer: OFFICE STAR. The acquisition is 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) code is 337214 with a size standard of 500. Failure to provide firm-fixed pricing for all line items required may result in removal of the proposal from further consideration. Clauses and provisions may be accessed via the Internet, http://farsite.hill.af.mil or http://arnet.far.gov. 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, Instruction to Offerors Commercial Items (Jan 2005) applies to this acquisition. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification Commercial Items (March 2005). The government will award a purchase order resulting from this solicitation to the responsible offeror whose proposal, conforming to the solicitation, is most advantageous to the Government. The contractor must be registered in the Central Contractor Registration (CCR) (http://www.ccr.gov) data base as well as the Wide Area Work Flow (WAWF) (https://wawf.eb.mil / 866-618-5988) database. Award will be made to a single source. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2003) is incorporated into this RFP. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes on Executive Order-Commercial Items (Jan 2005) is applicable. The following FAR clauses under paragraph (b) are applicable: 52.222-21, Prohibition of Segregated Facilities; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.204-7, Central Contractor Registration; 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels. DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition or Commercial Items (Jun 2004) is applicable. The following FAR and DFARS clauses under paragraph (a) and (b) are applicable: 252.225-7000, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.204-7004 Alt A, Required Central Contractor Registration Alternate A; 5352.2301-9101 Ombudsman; Maxwell 119; Maxwell 114, Required Posters are also applicable. The Defense Priorities Allocations System rating is C9E. A due date for offers will be 09:00 A.M. 7 Aug 2006. Offers may be mailed to 42d Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB AL 36112-6334 or faxed to 334-953-3543, ATTN: SrA Luke Christopher, or emailed to luke.christopher@maxwell.af.mil. Reference the Purchase Request number. Please email or fax any questions/comments to SrA Luke Christopher (fax and email information above). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-AUG-2006); 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.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XHC66179A300/listing.html)
 
Place of Performance
Address: Maxwell AFB, AL
Zip Code: 36112
Country: UNITED STATES
 
Record
SN01104947-F 20060804/060802224405 (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.