Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2007 FBO #2130
SOLICITATION NOTICE

71 -- HERMAN MILLER FURNITURE

Notice Date
9/24/2007
 
Notice Type
Solicitation Notice
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue Bldg 8500, Room 150, Vandenberg AFB, CA, 93437-5212, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F4D3D97254A002
 
Response Due
9/27/2007
 
Archive Date
10/12/2007
 
Point of Contact
Jacqueline Leonard, Contract Specialist, Phone 805-606-6367, Fax 805-606-8373, - Claudia McMorris, Contract Specialist, Phone (805) 606-1733, Fax (805) 922-1703
 
E-Mail Address
jacqueline.leonard@vandenberg.af.mil, claudia.mcmorris@vandenberg.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
***URGENT REQUIREMENT***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. This combined synopsis/solicitation is issued as a request for quote (RFQ) F4D3D97254A002. This procurement is being issued as 100% Small Business Set Aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19 and DFARS Change Notice 20070802. North American Industrial Classification Standard (NAICS) 337214 and Size Standard 500 employees apply to this procurement. STATEMENT OF WORK: Scope of Work: The scope of work includes, but is not limited to providing Herman Miller system furniture and stand alone furniture, design/layout and the install for the systems furniture and stand-alone for the expansion of the Sensitive Compartmented Information Facility (SCIF) second floor, the 614 Space Communication Squadron (SCS) area on the first floor, the Air Force Reserve/Air National Guard section on the first floor and various administrative areas on the first floor. A generic layout with typical sizes and part items and numbers shall be provided by the Air Force. The Contractor shall provide all the labor, material, equipment, transportation, and supervision necessary to accomplish the installation of all the systems furniture. 1.1 Description of Services: The Contractor shall perform the following tasks: 1.1.1 Provide drawings for approval and sign off before the installation of the system furniture in the areas identified above in Bldg 8401. The Contractor will be responsible for identifying clearly on the furniture layout where the electrical drops are needed for the system furniture. 1.1.2 All aspects of the installation must be approved by the Civil Engineering Team to comply with Facility Excellence Standards for renovation of Bldg 8401. 1.1.3 The generic drawings show the areas where the Government furnished furniture must be installed immediately upon delivery and areas where the furniture must be installed at a later date after the furniture has been delivered. These dates may be modified at the unilateral right of the Government. The time between furniture delivery and furniture installation shall be no longer than 12 months. 1.2 An electrician shall be provided by the government to handle the disconnect and reconnect of electrical power, if required. The Contractor shall be responsible for cleaning up all materials and debris DAILY as the result of the furniture installation. Things to consider: (1) CONTRACTOR MAY NOT USE THE BASE LANDFILL FOR DISPOSAL OF MATERIALS AND DEBRIS, (2) SOME WORKAROUND TO EXISTING CONSTRUCTION PROJECTS IN PROGRESS AND/OR PERSONNEL MAY BE REQUIRED (3) NO ELEVATOR ACCESS TO 2nd FLOOR; HOWEVER, SUPPLIES CAN BE FORK LIFTED TO DOUBLE ENTRY DOORS ON 2nd FLOOR TOP LANDING (4) CLEAN UP OF MATERIAL IS REQUIRED DAILY (5) THIS IS A FIRM FIXED CONTRACT. THE CONTRACT TYPE IS NON-NEGOTIABLE. ALL INTERESTED PARTIES SHOULD CONTACT JACKIE LEONARD, 805-606-6367 OR EMAIL jacqueline.leonard@vandenberg.af.mil for a copy of the generic floor plans and the Herman Miller product numbers and specifications. SITE VISIT IS SCHEDULED FOR Wed, 26 Sep 07, 8:00AM PST. PARTICIPATION MUST BE REQUESTED TO INCLUDE THE NAMES OF THE INDIVIDUALS THAT WILL BE PRESENT FOR THE SITE VISIT BY 2:00 PM PST, 25 SEP 07. IF THERE ARE ANY CHANGES TO TIME, AN IMMEDIATE NOTICE WILL BE GIVEN ONLY TO THE INDIVIDUALS THAT HAVE REQUESTED PARTICIPATION. THE SITE VISIT WILL START ON TIME. PLEASE DO NOT CONTACT THIS OFFICE FOR AN EXTENSION OR REVISION TO THIS DATE. CONTRACTORS SHOULD INCLUDE A ONE HOUR TIME ALLOWANCE FOR ENTRY ONTO VANDENBERG AFB. THERE WILL BE NO ACCEPTANCE OF LATE ARRIVALS NOR WILL THEY BE ALLOWED TO ENTER THE SITE VISIT IN PROGRESS. Only quotes for the brand name specified will be considered. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors, Commercial items. The provision at FAR 52.212-2, Evaluation-Commercial Items: Quotes will be evaluated using a best-value determination, considering price, past performance and delivery related factors. OFFERORS ARE REQUIRED TO INCLUDE (3) PAST PERFORMANCE REFERENCES WITHIN THE SUBMITTED PROPOSALS. Include any signed letters of recommendations from previous contract awards. HOWEVER, THE GOVERNMENT HOLDS THE RIGHT TO INQUIRE ON PAST PERFORMANCE WITH ANY CONTACTS, PRIME OR SUBCONTRACTORS, NOT INCLUDED IN THE PROPOSAL PACKAGES. The provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, and the offeror must include a completed copy of this provision with their proposal. If the offeror has completed Representations and Certification online at https://orca.bpn.gov/, please include the DUNS number of your company in your proposal. EXCLUSION OF A COMPLETED COPY OF THE OFFICIAL REPRESENTATION AND CERTIFICATION DATA OR CITING THE COMPANY?S DUNS IN THE SUBMITTED PROPOSAL WILL MAKE THE PROPOSAL INELIGIBLE FOR EVALUATION AND/OR CONSIDERATION. The clause at FAR 52.212-4, Contract Terms & Conditions Commercial Items; FAR 52.212-5, Contract Terms and conditions Required to Implement Statutes or Executive Orders ? Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: 52.204-9 Personal Identity Verification of Contractor Personnel, 52.242-15 Stop Work Order, 52.219-6 Notice of Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal opportunity for Special Disabled Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment reports on Special Disabled Veterans, Veterans from the Vietnam Era and other Eligible Veterans, 52.232-33 Payment by electronic Funds Transfer ? Central Contractor Registration, DFARS 225-7001 Buy American Act and Balance of payment program, 252.212-7001 (dev) Contract Terms and conditions required to implement statutes or executive orders, DFARS 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.233-3 Protest After Award, DFARS 252.243-7002 Request for Equitable Adjustment, AFFARS 5352.242-9000 Contractor Access to Air Force Installations, AFFARS 5352.201-9101 Ombudsman. FAR 52.204-9, Personal Identity Verification of Contractor Personnel. All potential offerors are reminded that compliance with Defense Federal Acquisition Regulations (DFARS) 252.204-7004, Required Central Contractor Registration (CCR), is mandatory. LACK OF CCR REGISTRATION PRIOR TO PROPOSAL SUBMISSION WILL MAKE THE PROPOSAL INELIGIBLE FOR EVALUATION AND/OR CONSIDERATION. All quotes must be submitted to Jackie Leonard at jacqueline.leonard@vandenberg.af.mil or faxed to 805-606-8373 no later than 4:00 PM PST, Thursday, 27 Sept 07. The government reserves the right to award on a multiple award or an all or none basis.
 
Place of Performance
Address: Bldg 8401, Vandenberg AFB, CA
Zip Code: 93437
Country: UNITED STATES
 
Record
SN01419103-W 20070926/070924224631 (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.