Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2007 FBO #2070
SOLICITATION NOTICE

71 -- Legal Safes (2-drawer and 5-drawer)

Notice Date
7/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
423420 — Office Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (HQ AMC/A7KQ), 507 Symington Drive Room W202, Scott AFB, IL, 62265-5022, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4452-07-Q-A094
 
Response Due
7/31/2007
 
Archive Date
8/15/2007
 
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; quotes are being requested and a written solicitation will not be issued. The solicitation number for this announcement is Request for Quote (RFQ) FA4452-07-Q-A094. The AMC Specialized Contracting Branch intends to solicit and award a firm-fixed priced purchase/delivery order, under Federal Acquisition Regulation (FAR) Parts 12, 13 and 19. This solicitation is posted as open market, 100% small business set-aside in accordance with FAR Part 19.502-2. The North American Industry Classification System (NAICS) for this acquisition is 423420 with a Small Business Size Standard of 500 employees. Small business size standards are published by the U.S. Small Business Administration (SBA) and may be found at www.sba.gov/size/sizetable2002.html. Please identify your business size in your response based upon this standard. This is a brand name or equal requirement for Hamilton Products Group, Inc. Class 6 Legal File - Two Drawer (1 each) and Class 6 Legal File - Five Drawer (17 each). Delivery within approximately four (4) weeks ARO to: 117 ARW/CP 5401 EAST LAKE BLVD BIRMINGHAM AL, 35217 1 each: Class 6 Legal File - National Stock Number: 7110-01-029-8055; Two Drawers; Legal Size Steel K; Multilock Design/One Lock Per Drawer; X-09 Locks; Approximate Dimensions: 28 1/4 inches x 19 1/4 inches x 28 inches, Meets Federal Specification AA-F-358H; Resistant to 30 man-minutes covert entry, Resistant to 20 man-hours surreptitious entry; Color: Black Delivery within approximately four (4) weeks ARO to: 92 ARW/CP 10 WEST ARNOLD STREET FAIRCHILD AFB WA 99011 319 ARW/CP 701 IELSON STREET, BLDG 607 GRAND FORKS MI 58205 452 ARW/CP 2145 GRAEBER STREET, BLDG 470 MARCH AFB CA 92518 459 ARW/CP 1220 ARNOLD AVENUE ANDREWS AFB MD 20762 507 ARW/CP 7435 RESERVE ROAD TINKER AFB OK 73145 101 ARW/CP 103 MARAN STREET, SUITE 518 BANGOR ANGB ME 04401 107 ARW/CP 9910 BLEWETT AVENUE NIAGARA FALLS NY 14304 108 ARW/CP 3390 WONNACOTT AVENUE MCGUIRE AFB NJ 08641 121 ARW/CP 7370 MINUTEMAN WAY COLUMBUS OH 43217 128 ARW/CP GEN BILLIE MITCHELL IAP 1839 E GRANGE AVENUE MILWAUKEE WI 53207 134 ARW/CP 102 BRISCOE DRIVE LOUISVILLE TN 37777 151 ARW/CP 765 NORTH 2200 WEST SALT LAKE CITY UT 84116 171 ARW/CP 107 TANKER ROAD CORAOPOLIS PA 15108 185 ARW/CP 2920 HQ AVENUE SIOUX CITY, IA 51111 186 ARW/CP 6225 M STREET MERIDIAN MS 39307 17 each: Class 6 Legal File - National Stock Number: 7110-01-029-8059; Five Drawers; Legal Size Steel K; Multilock Design/One Lock Per Drawer; X-09 Locks; Approximate Dimensions: 57 3/4 inches x 19 1/4 inches x 28 inches, Meets Federal Specification AA-F-358H; Resistant to 30 man-minutes covert entry, Resistant to 20 man-hours surreptitious entry; Color: Black The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. Only one award will be made to the lowest price technically acceptable offeror who meets the requirement. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17. The clauses at FAR 52.211-6, Brand Name or Equal, and FAR 52.214-21, Descriptive Literature, apply to this acquisition. The provision at FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Offerors are required to submit with their offer a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, or provide notification that their Representations and Certifications are available on the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov/. The clause at FAR 52.204-7 Central Contractor Registration applies to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation) applies to this acquisition. The following clauses apply to this acquisition: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; FAR 52.211-14, Notice of Priority Rating for National Defense Use; 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 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.246-2, Inspection of Supplies -- Fixed-Price, and FAR 52.252-6, Authorized Deviations in Clauses. 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, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Program; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7014, Preference for Domestic Specialty Metals; DFARS 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; DFARS 252.227-7015, Technical Data--Commercial Items; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustment; and DFARS 252.247-7023, Transportation of Supplies by Sea. The following clause applies to this solicitation is provided in full text: AFFARS 5352.201-9101-Ombudsman - (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).(c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael Jackson, HQ AMC/A7K, 507 Symington Dr, Scott AFB, IL 62225-5022, 618-229-0267, FAX 618-256-6668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. This is a DO rated order under the Defense Priorities and Allocations System (DPAS). Wide Area Workflow procedures shall be used for invoicing and acceptance on this requirement. All quotes are due to this agency no later than 3:00 p.m., Central Daylight Time (CDT), 31 July 2007. Send all quotes to the attention of Pamela Bragg, Contract Specialist, HQ AMC/A7KQB, 507 Symington Dr. Rm W202, Scott AFB, IL 62225-5022, or by facsimile to 618-256-3091, or e-mail to pamela.bragg@scott.af.mil, phone 618-256-9978 or Nikki Renth, Contracting Officer, HQ AMC/A7KQC, 507 Symington Dr. Rm W202, Scott AFB, IL 62225-5022, or by facsimile to 618-256-3091, or e-mail to nikki.renth@scott.af.mil, phone 618-256-9968. To view the clauses in full text, visit www.acqnet.gov/far.
 
Place of Performance
Address: See Descirption for delivery locations.
Zip Code: 62225
Country: UNITED STATES
 
Record
SN01353377-W 20070728/070726221916 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.