Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2007 FBO #1896
MODIFICATION

71 -- Furniture Purchase, Delivery, and Installation - USAF Academy

Notice Date
2/2/2007
 
Notice Type
Modification
 
NAICS
337211 — Wood Office Furniture Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315, UNITED STATES
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-07-T-0032
 
Response Due
2/9/2007
 
Archive Date
2/24/2007
 
Point of Contact
Timothy Macfarlane, Contract Specialist, Phone 719-333-2789, Fax 719-333-4747,
 
E-Mail Address
timothy.macfarlane@usafa.af.mil
 
Description
****Amendment 1 Appendix 1 and Appendix 2 were not attached to the original synopsis/solicitation. Email Tim Mac Farlane at timothy.macfarlane@usafa.af.mil for email or fax of Appendix 1 and Appendix 2. The following is exactly as originally posted. ****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; quotes are being requested and a separate solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA7000-07-T-0032, in accordance with FAR Parts 12 and 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15, 12 December 2006. This is acquisition is unrestricted. COMMERCIAL ITEM DESCRIPTION: CLIN 0001 Furniture for the memorial pavilion: 1. Memorial Room Seating: a. 50 wood stackable chairs with wood moderne arms, brand name Gunlocke Molti GK9909 or equal. b. 50 stackable chairs without arms, brand name Gunlocke Molti GK9911 or equal. c. 2 chair carts for stacking chairs, brand name Contura GK8907 or equal. Salient characteristics are as follows: a. Chairs shall be stackable with natural maple wood seat and back b. Chair legs shall be silver powdercoat. c. Seats shall be approx. 24? wide x 23? deep. 2. Composure Room Furniture: a. 1 leather 3-seat sofa, brand name Gunlocke Debonair GK2333-3 or equal. b. 2 leather 2-seat sofas, brand name Gunlocke Debonair GK2333-2 or equal. c. 2 leather armchairs, brand name Gunlocke Debonair GK2333-1 or equal. d. 1 wood coffee table, brand name Gunlocke MDTO2448L16 or equal. e. 3 wood side tables, brand name Gunlocke MDTO2424L21 or equal. Salient characteristics are as follows: a. Leather furniture shall have tapered style arms and back, welting, and wood supports. Cushions shall be constructed with 8-way hand-tied coils. b. Wood finishes shall be natural maple. c. Leather upholstery shall be Gunlocke Florida Topaz 2066. B.1.2. Refer to floor plan in Appendix 1 & 2 for layout and furniture requirements. B.1.3. Furniture Contractor shall coordinate all installations with CE Project Managers through the Contracting Officer. The contractor shall have a current agreement with one or more large furniture manufactures (e.g. Herman Miller, Gunlocke, Kimball, etc.), provide all personnel, tools, material, equipment, quality control, supervision, and all other items necessary to ensure a complete new furniture delivery and installation at the USAF Academy in Colorado. 3. GENERAL PROVISIONS: A. The Furniture Contractor shall supply all labor, materials, transportation, equipment, and supervision to provide a complete, finished, functional product meeting USAFA Specifications. B. The work area will be confined to the applicable areas as shown in Appendix 1 & 2. 4. SPECIFIC REQUIREMENTS: A. Coordinate work schedules with the USAFA Project Manager at least two (2) weeks in advance. Emily Cavanaugh 719-333-0345 or emily.cavanaugh@usafa.af.mil . B. Any COMM and IT/MIS disconnect and connect requirements will be provided by the Government. C. Any exceptions to this statement of work must be detailed in the contractor proposal. 5. DELIVERY, SETUP, and CLEANUP A. Desired delivery time, 01 May 2007. Delivery will be FOB Destination. B. The Furniture Contractor shall be responsible for setup, installation, and any clean-up associated with the delivery and installation. 6. SPECIAL REQUIREMENTS A. All contractor personnel shall have passes/badges obtained in accordance with USAFA procedures, not later than two (2) days prior to start of on-site work. Contact Tim Macfarlane timothy.macfarlane@usafa.af.mil for the form. Complete a form for each employee. Upon arrival at the South Gate, contact Tim Macfarlane, 719-333-2789 or Susan Smith 719-333-4794, and someone will meet you to sign the forms on arrival. 7. ADDITIONAL CONSIDERATIONS A. The Furniture Contractor shall be responsible for all measurements of the site necessary to complete the installation of the furniture per the furniture floor plan in Appendix 1 & 2. Any furniture that does not fit will be the furniture contractor?s responsibility to replace with the correct sized furniture. B. The Furniture Contractor shall be responsible for any damages to the building, its floors, its walls, etc. Any damages incurred by the Furniture Contractor shall be repaired at the cost of the Furniture Contractor. The National Acquisition Industrial Classification Standard Code (NAICS) is 337211 and the business size standard is 500 employees. This unrestricted acquisition will be conducted IAW FAR Part 12 and 13, Simplified Acquisition Procedures to procure a Firm Fixed Price, (FFP) contract. The following clauses and provisions are incorporated into this combined synopsis/solicitation and all offerors must comply with all instructions contained therein: FAR 52.212-1, Instructions to Offerors ? Commercial Items. Addenda applies: Offeror shall provide: Solicitation number, Company name, address, phone numbers, DUNS number, Cage code, itemized quotation, estimated delivery date, product literature including technical specifications if quoting an equal product, details of service to provided and a copy of completed Offeror Representations and Certifications or a statement that ORCA has been completed. FAR 52.212-2, Evaluation ? Commercial Items apply to this acquisition. The government will award a contract resulting from this solicitation to the responsive Offeror with the lowest evaluated price that can meet technical specifications and delivery schedule. FAR 52.212-3, Offerors Representations and Certifications, Commercial Items (June 2006), FAR 52.212-3 (Alt I), Offerors Representations and Certifications, Commercial Items. Offeror shall include a completed copy as part of their quote or must have completed Online Representations and Certifications Application (ORCA) at the following website: https://orca.bpn.gov/ FAR 52.204-7, Central Contractor Registration, FAR 52.211-6, Brand Name or Equal, FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004, Alt A, Required Registration in Central Contract Registration, Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders (DEVIATIONS). Additional FAR Clauses cited within the above clauses which are applicable will be incorporated into the solicitation and the resulting contract. The following clauses are incorporated by reference; 52.203-3, Gratuities; 52.222-21, Prohibition of Segregated Facilities (FEB1999); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-26, Equal Opportunity; 52.222 -36 Affirmative Action for worker with Disabilities; 52-233-3, Protest After Award; 52.222-37, Employment Reports On Special Disabled Veterans, 52.222-3, Convict Labor; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C.3332); 52.252-2 Clauses Incorporated by Reference, This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at http://www.farsite.hill.af.mil. Far DFARS 252.225.7001, Buy American Act Balance of Payment; DFARS 252.225-7000, Buy American Act Balance of Payment; DFARS, 252.232-7003, Electronic Submission of Payment Requests, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION); 252.247-7023, Quotes must be received NLT 4:00 Mountain Standard Time 09 February 2007 at 10ABW/LGCA, Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Offers received after this time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes must contain the following: Company name, address, phone numbers, DUNS number, Cage code, itemized quotation, estimated delivery date, product literature including technical specifications if quoting an equal product, details of service to provided. A Buy American Act Certificate signed by the Offeror in accordance with DFAR 252.225-7000 and completed IAW DFAR 225.101, and a copy of completed Offeror Representations and Certifications or a statement that ORCA has been completed. Quotes may be faxed to (719) 333-4747 or emailed to timothy.macfarlane@usafa.af.mil. Address Questions to: First to Tim Macfarlane at timothy.macfarlane@usafa.af.mil or Susan Smith at susan.smith@usafa.af.mil. TELEPHONE REQUESTS FOR INFORMATION CAN NOT BE HONORED AND VOICE MESSAGES CAN NOT BE RETURNED. Point of Contact Tim Macfarlane, Contract Specialist, Fax 719-333-6608, Email timothy.macfarlane@usafa.af.mil Susan Smith, Contracting Officer, Fax 719-333-6608, Email susan.smith@usafa.af.mil . NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-FEB-2007); 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/DRU/10ABWLGC/FA7000-07-T-0032/listing.html)
 
Place of Performance
Address: 8110 Industrial Drive, Suite 200 USAF Academy, CO
Zip Code: 80840-2302
Country: UNITED STATES
 
Record
SN01225366-F 20070204/070202224957 (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.