Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2006 FBO #1845
SOLICITATION NOTICE

71 -- Custom Cafe and Coffee Bar

Notice Date
12/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
337211 — Wood Office Furniture Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535-2632, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-FM442762730006
 
Response Due
1/2/2007
 
Archive Date
1/17/2007
 
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 reference number is FM442762730006; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-15 and Defense DCN 20061201. This acquisition will be a 100% small business set-aside; the North American Industry Classification System (NAICS) code is 337211. The business size standard is 500 Employees. The Federal Supply Class (FSC) is 7195. The Standard Industrial Classification (SIC) is 2541. This request for quotation consists of the following items or equal: non-personal services; contractor shall provide all tools, materials, labor, transportation, and installation of a caf? and coffee bar. Vendor will ensure all installers have valid identification card; all drivers must have valid state driver's license. The vendor shall be responsible for correcting any damage caused by, or incidental to, caf? and coffee bar installation. Item 0001: Qty 1 EA, Cafe Bar, 15 foot long, 42 inches high, 24 inches deep, avonite solid surface with round over edge detail, grommet holes where required, caf? bar to be installed on 5 black pedestals. Item 0002: Qty 1 EA, Coffe Bar, 6 foot long, 42 inches high, 18 inches deep, 2 trash bins located underneath with 6 inch waste chutes, laminate surfaces, salice 35mm hinges, adjustable shelving, 6 inch toe kick, solid surface counter top to match cafe bar. Item 0003: Qty 1 LOT, on-site installation. Additional product requirement characteristics: type of material, wood melamine three fourth inch. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.204-9 Personal Identity Verification of Contractor Personnel. FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: price only. FAR 52.212-4, Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items (Dev). FAR 52.204-7 Central Contractor Registration. FAR 52.219-6 Notice of Total Small Business Set-Aside. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-41 Service Contract Act of 1965. Wage Dermination number 05-2069 revision 2 dated 11/29/2006 is incorporated into this solicitation. To obtain a copy of the wage determination contact the POC below. FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, with the following filled-in: laborer, WG-2 $12.88 per hour. SECURITY REQUIREMENTS: All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering the governmental installation, shall abide by all security regulations of the installation. Responsible for safeguarding all government property provided for contractor use. At the close of each work day government facilities, equipment and materials shall be secured, lights heat and water turned off and doors and window secured. BASE ACCESS, PASSES AND IDENTIFICATION: The contractor shall obtain personal identification photo passes for all employees and vehicle passes for all contractor and personal vehicles requiring entry onto Travis AFB from Security Forces Pass and Registration, for the duration of the contract. Vehicle registration, proof of insurance and a valid driver?s license must be presented for all vehicles to be registered. During Force Protection Condition (FPCON) of Normal and Alpha, personnel without base issued identification shall be sponsored onto the installation. During FPCON Bravo, Charlie and Delta, personnel without base issued identification shall be physically escorted onto the installation. Contractor shall require a Department of Justice (DOJ) or equivalent (i.e. Avert) background check for all personnel and subcontracting personnel requiring entry onto Travis AFB in performance of this contract. DOJ background check(s) to be initiated no later than 5 days after the contract start date. Continued employment is contingent upon successful completion of the background check. The results of the background checks will be submitted to 60th Security Forces Squadron at 60 SFS/SFOSA, 510 Airlift Drive, Travis AFB, CA 94535, (707) 424-2852 or (707) 424-2952. During Higher FPCON?s (Charlie and Delta) access by Non-Essential Contractors may not be authorized or at least limited. CRIMINAL CONVICTIONS: Only criminal convictions will be considered in determining an applicant?s suitability for employment. Detention and/or arrest without conviction do not constitute valid grounds for employment decisions and cannot play a part in the decision-making process. In determining the applicant?s suitability for employment where the applicant has a criminal conviction on their record, consideration will be given to the specific duties of the position, the number of offenses and circumstances of each, the age of the conviction(s), and the accuracy of the explanation on the application. In instances where information is obtained that would appear to make the candidate a poor risk for hire, Security Forces can provide guidance and a recommendation to the hiring authority. The Fair Credit Reporting Act (FCRA) provides that written notice and the name of the criminal check agency be given to individuals when employment is denied. UNLAWFUL EMPLOYMENT OF ALIENS: U.S.C. Title 8, Subsection 1324: It is unlawful for a person or other entity, to hire, to recruit or refer for a fee, for employment in the United States, an alien, knowing the alien is an unauthorized alien with respect to such employment.? FAR 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contract Claim. FAR 52.247-34 FOB Destination. FAR 52.252-2 Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 Authorized Deviations in Clauses, with the following filled-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A, Required Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions (Dev). DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.247-7023 Transportation of Supplies by Sea (Alternate III). DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Contractors are asked to submit their tax identification number with their proposal. Quotes may be transmitted by e-mail or to fax number (707) 424-2712. Quotes must be received at the 60th Contracting Squadron, LGCB flight, no later that 3:00 p.m. PST on 2 January 2007. The point of contact for this solicitation is Kyle Krieman, SSgt, Contract Specialist, (707) 424-7722, kyle.krieman@travis.af.mil. Alternate point of contact is Josephine Cobb, Contracting Officer, (707) 424-7720, josephine.cobb@travis.af.mil.
 
Place of Performance
Address: Travis AFB, CA
Zip Code: 94535
Country: UNITED STATES
 
Record
SN01195827-W 20061215/061213220734 (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.