Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2006 FBO #1719
MODIFICATION

72 -- Window Coverings/Treatments, Dorm Bldgs 324, 364, 400 & 402

Notice Date
8/9/2006
 
Notice Type
Modification
 
NAICS
337920 — Blind and Shade Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107
 
ZIP Code
68113-2107
 
Solicitation Number
F3H3G36163A1-4
 
Response Due
8/11/2006
 
Archive Date
8/26/2006
 
Description
F3H3G36163A1-4 Offutt Dorms Bldg 324,364,400 & 402 Amendment 2-- Q & A and Window Quantities Quotes are now due to the 55th Contracting Squadron no later than close of business on 18 August 2006. Additional information provided based on questions received. Line Item 0001: Building 324. Question-Pleating? Answer-Pinch Pleated. Question-Inside Mount or Outside Mount? Answer-Outside mount. Question- What kind of top treatments? Answer- Rod Mounted Valances. Question- What type of fabric is Stripes color Jade? Answer- That is a Covington fabric. Line Item 0001: Window Quantities: H67in X W33 1/2in, 124 Windows Total. H67in X W39in, 10 Windows Total. H19in X W56in, 2 Windows Total. Stair Well Window 1- H168in X 58 1/4in, 4 Windows Total. Stair Well Window 2- H 97in X 55 3/4in, 4 Total Windows. Line Item 0003: Building 400 & 402, Residence Rooms- Question- Pairs or Panels? (i.e., 108 Pairs of curtains or 108 panels): Answer- Pairs. Line item 0004: Building 400 & 402, Dayrooms and Kitchens-Question-Shaped Cornice? Answer- Yes. The cornices are shaped and they are done with a pattern with each one having a different repeat. The shape is curved with a slight step at the ends and corded. Point of Contact: Sam McGuffey, Contract Specialist, Phone 402-232-5690, Fax 402-294-4069, Email sam.mcguffey@offutt.af.mil - Theresa Hess, Contract Officer, Phone 402 232-5931, Fax 402 294-4069, Email theresa.hess@offutt.af.mil This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation, Part 12. This announcement constitutes the only solicitation; quotations are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number FA4600-06-T-0041 is issued as a request for quotation. Quotes are due to the 55th Contracting Squadron no later than close of business on "18" August 2006. Quotes shall be submitted via e-mail in a Word, Excel, or PDF format to: samuel.mcguffey@offutt.af.mil. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-11. This procurement is set aside 100% for small business. The North American Industry Classification System (NAICS) code is 337920 and small business size standard is 500 employees. The government intends to issue a firm fixed price purchase order for the items set forth below, subject to the availability of funds. CONTRACTOR MUST BE REGISTERED IN CENTRAL CONTRACTOR REGISTRATION (CCR) PRIOR TO AWARD. IF NOT ALREADY REGISTERED IN CCR, GO TO WWW.CCR.GOV TO REGISTER PRIOR TO SUBMITTING QUOTE. CONTRACTORS MUST ALSO BE REGISTERED ON THE ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA). TO REGISTER, GO TO http://orca.bpn.gov. NOTICE TO OFFERORS: FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS ACQUISITION. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE DUE DATE FOR QUOTES. ALL QUOTES MUST BE VALID FOR 60 DAYS TO BE ACCEPTED. NO PARTIAL QUOTES WILL BE CONSIDERED, HOWEVER THE GOVERNMENT RESERVES THE RIGHT TO MAKE A PARTIAL AWARD. The clauses listed below apply to this acquisition. Any addenda to these clauses will be listed below the applicable clause. The contractor must submit a completed copy of 52.212-3 with its offer. There are no numbered notes associated with this. Address any questions to Sam McGuffey at the above e-mail address or call (402) 232-5930. FOB: Destination Line Item Description POP/Qty Unit Price Ext. Price 0001- 34 each- top treatments, side panels and tiebacks for common areas in Building 324 to include dayrooms, game rooms, laundry rooms, exercise rooms and party rooms. Fabric: Stripes color Jade, Lining: Stock Trevira, Hardware: Kirsch 94003 and concealed tieback holders. Additionally install 114 ea- 2? Faux Wood Blinds, Color: Cloud and Straw. Install 8 ea- verticals, Pattern Solar, Color White in stairways and landings. Both blinds and verticals are manufactured by Window Wares. All items are ?or equivalent? in regard to color, type and pattern. Total for Materials: ________ Total for Labor:___________ Total Cost:________________ 0002- 120 each panels at 31? x 60? and 141 each pairs at 45? x 60?- Accordia fold blackout lined drapers with new hardware in bedrooms of Building 364. Fabric: Linthal color Gold, with stock two pass blackout lining. Hardware: Kirsch accordia fold 94003 @ 100% full and baton pull. All items are ?or equivalent? in regard to color, type and pattern. Total for Materials: ________ Total for Labor:___________ Total Cost:________________ 0003- 108 each total- 102 ea- Accordia fold blackout lined drapers with new hardware in bedrooms of Building 400 and 6 ea in Building 402. Fabric: Lintal color Gold with stock three pass blackout lining. Hardware: Kirsch Accordia fold 94003 @ 100% full and baton pull. All items are ?or equivalent? items in regard to color, type and pattern. Total for Materials: ________ Total for Labor:___________ Total Cost:____________ 0004- 12 each total- 10 ea- Cornice for the dayrooms and 1 ea in the kitchen in each of buildings 400 and 402. Fabric for each floor is different and originate from Ametex Fabric: 1st floor fabric is Muscari, 2nd floor fabric is Fire Island and 3rd floor fabric is Barstown. Kitchen fabric is Aristocrat. Lining for all is stock Trevira. All items are ?or equivalent? items in regard to color, type and pattern. Total for Materials: ________ Total for Labor:___________ Total Cost:________________ This action is a small business set-aside. The following provisions apply to this acquisition: FAR 52.204-9 Personal Identity Verification of Contractor Personnel, 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment, FAR 52.212-1 Instructions to Offerors- Commercial Items, 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (Jun 2006) Alternate I, FAR 52.212-4 Contract Terms and Conditions- Commercial Items, 52.214-34 Submission Of Offers In The English Language, 52.214-35 Submission Of Offers In U.S. Currency, FAR 52.219-6 Notice Of Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-19 Child Labor -- Cooperation with Authorities and Remedies, 52.222-21 Prohibition Of Segregated Facilities, FAR 52.222-26 Equal Opportunity, ,FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietname Era, and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers With Disabilities, 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans, 52.223-3 Hazardous Material Identification And Material Safety Data, 52.223-5 Pollution Prevention and Right-to-Know Information, 52.232-28 Invitation to Propose Performance-Based Payments, 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration, FAR 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.237-1 Site Visit, FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, FAR 52.242-15 Stop-Work Order, FAR 52.246-1 Contractor Inspection Requirements, 52.247-34 F.O.B. Destination, FAR 52.253-1 Computer Generated Forms. The following are also applicable to this acquisition, DFARS 252.204-7003 Control Of Government Personnel Work Product, DFARS 252.204-7004 Alt A Required Central Contracting Registration Alternate A, 252.219-7011 Notification to Delay Performance, DFARS 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials, DFARS 252.225-7001 Buy American Act And Balance Of Payments Program, DFARS 252.225-7002 Qualifying Country Sources As Subcontractors, DFARS 252.225-7016 Restriction On Acquisition Of Ball and Roller Bearings, DFARS 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.232-7010 Levies on Contract Payments, DFARS 252.243-7001 Pricing Of Contract Modifications, DFARS 252.246-7000 Material Inspection And Receiving Report, DFARS 5352.242-9000 Contractor Access To Air Force Installations, 52.204-7 Central Contractor Registration, 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items, 52.219-8 Utilization of Small Business Concerns, 52.219-1 Small Business Program Representations- Alternate I, 52.219-22 Small Disadvantaged Business Status, 52.222-22 Previous Contracts And Compliance Reports, 52.222-25 Affirmative Action Compliance, 52.232-18 Availability Of Funds, 52.232-35 Designation Of Office For Government Receipt Of Electronic Funds Transfer Information, 52.252-1 Solicitation Provisions Incorporated By Reference, 52.252-2 Clauses Incorporated By Reference, 52.252-3 Alterations In Solicitation, 52.252-5 Authorized Deviations In Provisions, 52.252-6 Authorized Deviations In Clauses, 252.204-7006 Billing Instructions, 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items, 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Jun 2006) (Deviation), 252.225-7000 Buy American Act--Balance Of Payments Program Certificate, 252.247-7023 Transportation Of Supplies By Sea Alternate I, 5352.201-9101 Ombudsman, 5352.223-9001 Health And Safety On Government Installations is applicable to this acquisition as well.
 
Place of Performance
Address: OFFUTT AFB NE
Zip Code: 68113
Country: UNITED STATES
 
Record
SN01110171-W 20060811/060809220822 (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.