Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2007 FBO #2128
SOLICITATION NOTICE

71 -- Shop Shelving Unit

Notice Date
9/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
GPC07TWCF329MXG
 
Response Due
9/27/2007
 
Archive Date
10/12/2007
 
Description
COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is GPC07TWCF329MXG and is being issued as a Request for Quote (RFQ) (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19. (iv) This acquisition solicited is unrestricted. The associated NAICS code is 337127, size standard 500. (v) Contractors shall submit a list of CLINs, quantities, units of measure, and extended amount etc. for workplace shelving units, provided Lista products or equivalent. All responsible sources may submit a quotation, which shall be considered. (See attached itemized listing) (vi) Work space shelving units and cabinets unit system needed for the 437 MXG on Charleston Air Force Base, South Carolina. (See attached statement of work) (vii) Award will be made on purchase order, FOB Destination and paid by government purchase card (GPC) once items are received and installed (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, (ix); FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Price and ability to conform to government requirements (x) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) FAR 52.212-4 Contract Terms and Condition?Commercial Items; ? (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; mandatory clauses; 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 Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xiii) The following additional clauses are applicable to this procurement. ? FAR 52.211-6, Brand Name or Equal ? FAR 52.211-17 Delivery of Excess Quantities FAR 52.217-5, Evaluation of Options (when options are used) ? FAR 52.219-3, Notice of Total HUBZone Set-Aside ? FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable) ? FAR 52.219-28, Post Award Small Business Representation ? FAR 52.225-13, Restrictions on Certain Foreign Purchases (>$2,500) ? FAR 52.253-1 -Computer Generated ? DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). ? DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate ? DFARS 252-225.7001, BAA - Balance of Payments Program ? DFARS 252.225-7002, Qualifying Country Sources as Subcontractors ? DFARS 252.225-7012, Peference for certain domestic commodities ? DFARS 252.225-7014, Perference for domestic speciality metals ? DFARS 252.225-7015, Restriction on acquisition of hand or measuring tools ? DFARS 252.232-7003, Electronic Submission of Payment Requests ? DFARS 252.246-7000, Material Inspection And Receiving Report ? AFFARS 5352.201-9101, Ombudsman (IAW 5301-9103); complete paragraph c as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: Michael.jackson@scott.af.mil. (xvi) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 27 Sept 2007 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number GPC07TWCF329MXG. (xvii) Address questions to Lt Adrian Oliver, Contract Administrator, at (843) 963-5197, fax (843) 963-5183, email adrian.oliver@charleston.af.mil or Jacqueline Brown, Contracting Officer, Phone (843) 963-5197, email jacqueline.brown@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, and http://www.sba.gov.
 
Place of Performance
Address: 101 E. Hill Blvd, Charleston AFB, SC
Zip Code: 29404
Country: UNITED STATES
 
Record
SN01414600-W 20070924/070922223222 (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.