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
MODIFICATION

78 -- Aluminum bleachers

Notice Date
9/22/2007
 
Notice Type
Modification
 
NAICS
423910 — Sporting and Recreational Goods and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, HI, 96853-5230, UNITED STATES
 
ZIP Code
96853-5230
 
Solicitation Number
F2C3VR7198A002
 
Response Due
9/25/2007
 
Archive Date
10/10/2007
 
Point of Contact
Leah Lehmkuhl, Contract Specialist, Phone (808) 448-2959, Fax (808) 448-2911,
 
E-Mail Address
leah.lehmkuhl@hickam.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Aluminum bleachers - 28 ea. Description This is a combined synopsis/solicitation prepared in accordance with 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. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation will be issued as a request for quotation (RFQ) under the solicitation number: F2C3VR7198A002. Funds have not yet been provided. FAR 52.232-18, Availability of Funds clause applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-20, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 2007-0913, and Air Force Acquisition Circular (AFAC) 2007-0823. This acquisition is a small business set aside under NAICS code 423910 and small business size standard of 100 employees. This RFQ contains two (2) line items. The items are on a firm fixed price basis. The line items are as follows: Item 1: Aluminum bleachers, 12-16?, seating for 70-100 people, with aisle and double foot planks: Qty 28; Unit of Issue-Each (EA); Shipping to Hickam AFB, HI 96853 is to be included in unit price. Unit Price: $ ________ Quantity:28(ea) Extended Price: $_________ Item 2: Installation of bleachers (28 total) Price: $ ________ Quantity: 1 (job)Extended Price: $_________ Total Price (Sum of items 1 and 2):$ _________ The above-referenced line item is for bleachers to be used at Hickam AFB, HI throughout the base. Subject solicitation is for the procurement of the aluminum bleachers. Offerors responding to this requirement must include specifications on the bleachers being offered. Award basis: Price. The delivery date is 6 weeks after receipt of award. The place of delivery, acceptance and FOB destination point is 15 SVS/SVMP, 1120 Vickers Ave, Hickam AFB, HI 96853. Acceptance will be performed by the Government. All referenced Federal Acquisition Regulation (FAR) and its supplements? clauses and provisions in this solicitation may be accessed via the internet at https://farsite.hill.af.mil. The FAR provision 52.212-1, Instructions to Offerors - Commercial Items (SEP 2006), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) All quotes are due on or before 1500 hrs, Hawaii Standard Time (HST), Tuesday, 25 September 2007. Electronic quotes are acceptable. Submission may be made via email to leah.lehmkuhl@hickam.af.mil and angela.czumalowski@hickam.af.mil, via parcel mail to Department of the Air Forces, Pacific Air Forces, 15 CONS, ATTN: 2Lt Leah Lehmkuhl, 90 G Street, Hickam AFB, HI 96853-5230, or via facsimile at (808) 448-2911. Quotes must reference the solicitation number (F2C3VR7098A002). (b)(4) Submit a technical description of the items being offered. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. In accordance with FAR clause 52.212-2 (a), Evaluation - Commercial Items (JAN 1999), the Government will award a contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government based on price. Offerors must comply with the provisions 52.212-3, Offeror Representations and Certifications - Commercial Items (AUG 2007), 252.212-7000 - Offeror Representations and Certifications ? Commercial Items (Jun 2005) and ALT I (APR 2002). Include a completed copy of each provision with your quote. 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (AUG 2007), is applicable to this procurement along with the following addenda. Information concerning clauses and provisions incorporated by reference may be obtained at http://farsite.hill.af.mil 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) 52.219-6, Notice of Total Small Business Aside (Jun 2003) 52.219-8, Utilization of Small Business Concerns (May 2004) 52.219-14, Limitations on Subcontracting (Dec 1996) 52.219-28, Post Award Small Business Program Representation (Jun 2007) 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 Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible 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 the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees 52.222-50, Combating Trafficking in Persons (Aug 2007) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) FAR clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), is applicable to this acquisition along with the following addenda: 52.203-3, Gratuities (Apr 1984) 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) 252.225-7012, Preference for Certain Domestic Commodities (Jan 2007) 252.232-7003, Electronic Submission of Payment Requests (Mar 2007) 252.243-7002, Requests for Equitable Adjustment (Mar 1998) 252.247-7023, Transportation of Supplies by Sea Alternate III (May 2002) The following additional DFARS provisions and clauses also apply: 252.209-7001, Disclosure of Ownership or control by the Government of a Terrorist Country (Oct 2006) 252.232-7010, Levies on Contract Payments (Dec 2006) 252.211-7003, Item Identification and Valuation 252.225-7000 Buy American Act--Balance of Payments Program Certificate (JUN 2005). (a) Definitions. "Domestic end product," "foreign end product", "qualifying country", "qualifying country end product", and "United States" have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that? (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) Components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin _______________ _______________ ________________ _______________ (3) The following end products are other foreign end products: Line Item Number Country of Origin (If known) ________________ _______________________ ________________ _______________________ (End of provision) Point of Contact Leah Lehmkuhl, Contract Specialist, Phone 808-448-2949, Fax 808-448-2911, Email leah.lehmkuhl@hickam.af.mil. Alternate: Louis Buchanan, Contract Officer, Phone 808-448-2955, Email louis.buchanan@hickam.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-SEP-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/PAF/15CONS/F2C3VR7198A002/listing.html)
 
Place of Performance
Address: Department of the Air Forces, Pacific Air Forces, 15 CONS, ATTN: 2Lt Leah Lehmkuhl, 90 G Street, Hickam AFB, HI 96853-5230
Zip Code: 96853
Country: UNITED STATES
 
Record
SN01416266-F 20070924/070923000025 (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.