Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2007 FBO #1915
SOLICITATION NOTICE

V -- Office Furniture Removal and Reassembly

Notice Date
2/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
442110 — Furniture Stores
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F2XHC87039A100
 
Response Due
2/23/2007
 
Archive Date
3/10/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Solicitation number F2XHC87039A100 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-152 dated 12 Dec 2006 and the Defense Federal Acquisition Regulations (DFARS) change notice 20061219. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. This acquisition is for the HQ CEPME on Gunter AFB, Alabama. This acquisition is being issued as a 100% set-aside for small business concerns. The North American Industrial Classification System Code is 442110 with a small business size standard of 500. This is an all or nothing requirement, you must be able to quote and provide all services requested. The Government intends to issue a firm fixed price purchase order for the following line items: CLIN 0001: Stage One (Begin on 26 Feb 07, complete 2 Mar 07) Disassemble all existing case good offices in Building 1143 Gunter Annex, label all pieces with the original location and temporary locations, move all items to 3 temp locations off site. Assemble furnishings in 2 temp locations, bldg 423 and 421, Gunter Annex. Items to include 2 large refrigerators. Remaining items moved into storage Bldg 833 at Gunter Annex and will be inventoried. Site visit will identify required offices to be moved. Contractor is responsible for damaged goods. CLIN 0002: Stage 2 (TBD, advance notice will be given to contractor) Disassemble all case goods in temporary locations Bldg 421 and 423, and from temporary storage in Bldg 833 and move off site back to bldg 1143 in original locations. Full reassembly. Contractor responsible for damaged goods. QUOTATION PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The response shall consist of three sections: price and technical. Documents submitted in response to this RFQ must be fully responsive to and consistent with the requirements of this RFQ. Price: Prices shall be entered at the net amount for each Contract Line Item Number (CLIN). BASIS FOR AWARD: This is a competitive best value acquisition using Low Price Technically Acceptable (LPTA) procedures. Award will be made to the responsible offeror who has the lowest priced technically acceptable proposal that meets or exceeds all of the minimum mandatory criteria in this RFQ. By submission of its offer the offeror is required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements. The provision at FAR 52.212-1, Instructions to Offerors, Commercial Items (Sep 2006), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. Submit proposals via email or facsimile to the information below. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2006), FAR 52.212-3 Alternate I, Offeror Representations and Certifications-Commercial Items Alternate I (Apr 2002) with the quotation. The FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items (Sep 2005) applies to this acquisition and is addended to add the following FAR clauses: Add paragraph (u), FAR 52.204-7, Central Contractor Registration (Jul 2006); Add paragraph (v) DFARS 252.204-7004, Alternate A (Nov 2003 and Add paragraph (w) AFFARS 5352.201-9101 Ombudmans (Aug 2005); Add paragraph (x), Maxwell 69, Insurance (May 2001) Note: Contractors are cautioned that a Certificate of Insurance is not required to perform against this order. However, to operate a motor vehicle on a military installation, the following minimum insurance coverage is required. Personal Liability for each person -- $10,000 Personal Liability for each accident -- $20,000 Property Damage Liability -- $5,000 Contractor will not be required to present evidence of the above coverage to the Operational Contracting Office, but may be required to produce evidence at entry points to Maxwell FAB or Gunter AFB upon application for base passes. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2006), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.219-6 Notice of Small Business Set-Aside (Jun 2003); 52.222-3, Convict Labor (Jun 2003);52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Sep 2006); 52.222-36, Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37, Employment Report on Disabled Veterans and Veterans of the Vietnam Era (Sep 2006) and 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2006) applies to this acquisition and specifically the following additional DFAR clauses under paragraphs (a) and (b) are applicable: 252.232-7003, Electronic Submission of Payment Requests (May 2006)ransportation of Supplies by Sea (May 2002). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Apr 2004) (Deviation), applies to this acquisition. The following DFARS clauses are hereby incorporated into this solicitation) and 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003). The Defense Priorities and Allocations System rating is S10. The CCR number must be obtained before award can be made. To be considered for this award, Offerors must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government?s ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/. Only firm fixed price offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. Award will be made to one vendor. Responses/Offers are due 1:00 pm Central Standard Time, 23 February 2007. Submit written quotes; oral quotes will not be accepted. Quotes may be submitted via fax , e-mail or mail. All proposals must be faxed to (334) 953-3543 Attn: TSgt David Herrig, e-mailed to david.herrig@maxwell.af.mil (subject:F2XHC87039A100), or mailed to 42 CONS/LGCB-2, 50 LeMay Plaza South, Bldg 804, Maxwell AFB AL 36112-6334. If you have any questions or conerns, please contact TSgt Dave Herrig at 334-953-3528. Quotations must meet all instructions put forth in this solicitation.
 
Place of Performance
Address: AF SNCOA, Maxwell AFB/Gunter Annex
Zip Code: 36112
Country: UNITED STATES
 
Record
SN01235795-W 20070223/070221220503 (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.