Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2006 FBO #1756
SOLICITATION NOTICE

71 -- Counters for ACMI Building

Notice Date
9/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5 Bldg 647, Tyndall AFB, FL, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
Reference-Number-Ebra-F4A1046243A100
 
Response Due
9/20/2006
 
Archive Date
10/5/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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/reference number is F4A1046243A100. This synopsis/solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular (FAC) 2005-11. This acquisition will be a 100% small business set-aside; the North American Industry Classification System (NAICS) code is 337215. The small business size standard is 500 Employees. The Federal Supply Class (FSC) is 7125. The Standard Industrial Classification (SIC) is 2541. This procurement is to purchase counters for ACMI building. This request for quotation consists of the following line items: 0000: Provide services to remove, design, build, install, and finish Operation desk for ACMI building 503, 1 EACH 0001: Provide service to remove, design, build, install, and finish administration/TDY desk to match operation desk, 1 EACH Offerors must submit a comprehensive description of the products being offered in sufficient detail to evaluate compliance with this solicitation and the attached Statement of Work (SOW). Place of delivery and acceptance will be 325 OSS/OSTI, ACMI Bldg 503, Tyndall AFB, FL 32403. The provisions at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this solicitation. The provisions at FAR 52.212-2, Evaluation-- Commercial Items, applies to this solicitation. The clause at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-6 Brand Name or Equal; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.232-33, Payment by Electronic Funds Transfer. The clause at FAR 52.247-34, F.O.B. Destination applies to this solicitation. The clause at DFARS 252.204-7004, Required Central Contractor Registration applies to this solicitation. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following clauses, cited are applicable to this solicitation: DFARS 252.225-7001, Buy American Act and Balance of Payment Program. The clauses DFARS 252.225-7002, Qualifying Country Sources as Subcontractors and DFAR 252.232-7003, Electronic Submission of Invoices applies to this solicitation. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. Any prospective contractor must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Information concerning CCR registration requirements may be viewed via the CCR web page at: http://www.ccr.gov/ or by calling the CCR Registration Center at 1-888-227-2423. The following factors shall be used to evaluate offers and are listed in their order of importance: (a) technical capability of the item to meet the Government?s requirement and (b) price. The government reserves the right to evaluate and give evaluation credit for proposed features that exceed either the stated thresholds or objectives. The lowest price may not necessarily receive the award; likewise, the highest technically rated offer may not necessarily receive the award. Point of contact is A1C Michelle Ebrahimnejad at (850) 283-4135 or email: michelle.ebrahimnejad@tyndall.af.mil. Offers may be mailed to 325 CONS/LGCAA, Attn: A1C Michelle Ebrahimnejad, 501 Illinois Ave, Suite 5, Tyndall AFB, FL 32403, faxed to (850) 283-3963 or emailed to michelle.ebrahimnejad@tyndall.af.mil . All proposals are due by 12:00 noon CST on 20 September 2006.
 
Place of Performance
Address: Tyndall Air Force Base, FL
Zip Code: 32403
Country: UNITED STATES
 
Record
SN01145047-W 20060917/060915220853 (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.