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 -- Stanley Vidmark or equal Shelving request

Notice Date
9/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
ACA Southern Hemisphere Mission Support, 2450 Stanley Road Suite 320, Building 1000 2nd Floor, Fort Sam Houston, TX 78234-7517
 
ZIP Code
78234-7517
 
Solicitation Number
W912CL-SHELVES
 
Response Due
9/25/2007
 
Archive Date
11/24/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Shelving System Solicitation W912CL-Shelves is issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-21. This acquisition is 100% set-aside for small bu siness. The associated North American Industry Classification System (NAICS) code is 337214. The small business size standard is 500 personnel. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 1 3). No paper copies of this solicitation will be provided. The RFQ has five (1) line items. Line Item 0001: Stanley Vidmark Shelving Systems, Model 2KP5248. 100 EACH. FAR 52.212-1, Instructions to Offerors - Commercial (Sep 2006) are hereby incorporated by reference. Award will be made to the technically acceptable offeror with the lowest price, see FAR 52.212-2 Evaluation Commercial Items (Jan 1999). All offerors shall include with their offers a completed copy of provision 52.212-3, Offeror Representati ons and Certification Commercial Items (Nov 2006). Clause 52.212-4, Contract Terms and Conditions, Commercial Items (Feb 2007), is hereby incorporated by reference. The following additional FAR clauses cited in FAR 52.212-5, Contract Terms and Conditi ons Required to Implement Statutes or Executive Orders, Commercial Items (Jun 2007), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jun 2007) (Deviation) are applicable to the acquisition; 52 .203-6, Restrictions on Subcontractor Sales to the Government; 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Oppor tunity (Mar 2007); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of Vietn am Era, and Other Eligible Veterans (Sep 2006); 52.225-1 Buy American Act-Supplies (Jun 2003); 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration; The following DFARS clauses apply to this acquisition: DFARS 252.212-7001, Contr act Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Apr 2007; 52.203-3 Gratuities; DFARS 252.219-7003 Small Business Subcontracting Plan (DoD Contracts); DFARS 252.225-7001, Buy American Act and Balance of Payments Program;, DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.247-7023 (i), Transportation of Supplies by Sea and (ii) Alternate 1; DFARS 252.204-7004, Required Central Contractor Registration. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 o f the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF- RA) is the DoD system of choice for implementin g this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost, at http://www.wawftraining.com. Prior to submitting invoices in the production system, co ntractors must register for an account at https://wawf.eb.mil/. By submission of a quote, the quoter acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final paymen t of any contract resulting from this solicitation. All proposals, Representations and Certifications, and Central Contractor Registratio n Information are due 12:00 NOON CDT on 25 Sept 2007 and must be submitted to Lee Hickson, Army Contracting Agency  The Americas, 2450 Stanley Road, STE 320, Ft Sam Houston, TX 78234 emailed to tiffany.hickson@us.army.mil, or faxed to (210) 295-6834. For information concerning this solicitation, contact Lee Hickson at (210) 295-5658 or tiffany.hickson@us.army.mil. Contractors must be registered in CCR prior to award for solicitations issued after 31 May 1998. Tel: 1-888-CCR-2423 Fax: 1-703-696-0213. Duns/ CCR Website: http://ccr.edi.disa.mil/ccr/cgibin//query.pl. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are b eing requested and a written solicitation will not be issued.
 
Place of Performance
Address: ACA Southern Hemisphere Mission Support 2450 Stanley Road Suite 320, Building 1000 2nd Floor Fort Sam Houston TX
Zip Code: 78234-7517
Country: US
 
Record
SN01414637-W 20070924/070922223252 (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.