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
MODIFICATION

71 -- Provide and Install Solid Oak Wood Furniture for Day Rooms and Occupant Rooms for USAF Honor Guard Dormitroy

Notice Date
9/24/2007
 
Notice Type
Modification
 
NAICS
423210 — Furniture Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11 CONS, 110 Luke Avenue Suite 270, Bolling AFB, DC, 20032, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F1A3B47102A100
 
Response Due
9/27/2007
 
Archive Date
10/12/2007
 
Point of Contact
Jerome Brown, Contracting Specialist, Phone 202-767-8100, Fax 202-767-7896
 
E-Mail Address
jerome.brown3@bolling.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
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, and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2005-20. The North American Industry Classification System code is 423210 at 100 Employees size standard. Purchase Request No. F1A3B47102A100 is a Request for Quotation (RFQ). Quotations are being requested no later than 27 September 2007 at 6:00 p.m., Eastern Standard Time. This award will be set aside 100% for Service Disabled Veteran Owned Small Business (SDVOSB). If no quotations are received from eligible SDVOSB concerns, the solicitation will be set aside 100% for SMALL BUSINESS CONCERNS pursuant to FAR Part 19. Small Business concerns shall submit quotes by close of business on the cutoff date mentioned herein this solicitation to be considered; in the event this requirement is not set-aside for SDVOSB concerns. The resulting purchase order will be firm fixed-price. DESCRIPTION OF SERVICES. The contractor shall furnish all labor, equipment, tools, materials, transportation, supervision and all other items and services necessary for the delivery and installation of room furnishings to Building 47, USAF Honor Guard Dormitory on Bolling AFB, Washington DC. In accordance with the Statement of Work provided below. The performance period shall start within 10 working days after contract award. Work schedule shall be coordinated with the Quality Assurance Personnel (QAP), prior to start of work. The following work description shall serve as general information only and shall not limit contractor responsibility or obligations to conform to all state, local laws and manufacturer recommendations. Scope. The contractor will provide and install wood furniture for day rooms and occupant rooms for the USAF Honor Guard Dormitory, and shall perform to meet standards outlined in the SOW. Furniture requirements: Bedroom: ? 66 twin size beds 80? long using tool less construction such as a hook lock type ? 132 each two drawer night stands 24Dx30Wx20H spring loaded casters on bottom, stackable. Drawers should support a minimum of 150# and be supported on rails containing ball bearings. 66 TV stands 24Dx30Wx40H with 3 integrated drawers, a space 9" H for DVD or game system, access holes in rear for cabling. Stand must be able to support a 36" tube TV set (approximately 180#) Drawers should support a minimum of 150# and be supported on rails containing ball bearings. 66 each Five drawer chests 24Dx24Wx45H Drawers should support a minimum of 150# and be supported on rails containing ball bearings. 66 sled base chairs with arms with fabric padding in seat (fabric patterns and standards follow) 66 Stain resistant mattress and box spring sets, twin XL 80 table lamps, baked enamel finish, fiberglass shades, forest green in color, toggle switch in body of lamp with integral 110 VAC outlet in base, night light in base Dining Room: 39 30x30 kitchen type tables of same construction and style as bedroom 80 side chairs, all wood construction, bow back, saddle shaped seat and spindles across the back. Same color and style as table Tech school: 16 bunk bed sets of the same general style 32 stain/spill resistant mattresses Lounge Furniture: 3 each three seat sofas in mission style, mission oak color, and solid oak construction. 3 easy chairs mission style, mission oak color, solid oak construction 3 coffee tables mission style, mission oak color, solid oak construction 3 end tables mission style, mission oak color, solid oak construction 6 all metal bar type stools, black lacquer finish, seat padding to match lounge furniture Standards: All furniture MUST adhere to these construction standards: Wood furniture must be durable and functional and be able to withstand use and abuse. Solid red oak panels and tops. No laminates or particle wood in furnishings. Cherry stain. ?Wild Cherry? modern color scheme. Mission style. Rigid back panel in drawers to provide structural support ensuring drawers stay square under heavy loads. Dovetail joints in all 4 corners of drawers to provide a stronger joint and minimize intrusion into usable drawer space. Nickel drawer pulls on all drawers. Hard lacquered finish capable of being sanded and refinished. Finish needs to be stain and scratch resistant. Chamfered edges to prevent damage due to misuse and the rigors of a high turn-over rate as is common to the USAF Honor Guard. Lounge furnishings should have end user replaceable cushions. Fabric should be grade 3, rub resistant, flame resistant, non pilling and tear resistant. Fabric color: In the blues range with contrasting pattern to hide dirt and wear. Should contain colors to complement the existing carpet. Fabric pattern: TBD PERFORMANCE PERIOD All furnishings/appliances should be delivered and installed within 120 days of contract award. GOVERNMENT FURNISHED PROPERTY AND SERVICES. The contractor will not be provided office space. Reasonable quantities of utilities as they exist will be furnished without charge to the contractor. Utilities are to be used only in conjunction with the performance of this contract. The contractor shall make sure employees practice utility conservation. The contractor must perform custodial duties in and around assigned government-furnished facilities. The contractor shall furnish refuse containers and refuse collection at the contractor?s facility and work site. The contractor shall abide by all federal, District of Columbia and local recycling laws and regulations. The contractor shall take no action inconsistent with the program. GENERAL INFORMATION QUALITY CONTROL. The contractor will be expected to produce a fully finished furniture product with the aforementioned quality standards. QUALITY ASSURANCE: HOURS OF OPERATION/OFFICE REQUIREMENTS: to minimize resident impact (facility will be occupied during installation), the hours of work for the contractor personnel will be 0800-1600, Monday-Friday unless the work falls within a holiday period. 11 WG or USAF down days will be considered holidays for purposes of the contract. Scheduling of installation will be coordinated through the CDMO and FMO offices. (P.O.C. TSgt Carty, (202) 767-4418. Deviations to scheduling will need to be provide as soon as possible (3 days preferred) to CDMO and FMO. MINIMAL RESIDENT IMPACT IS KEY ADDITIONAL REQUIREMENTS: The contractor shall provide a contract manager to be responsible for the performance of work. The name of this person and an alternate, who shall act for the contractor when the manager is absent, shall be designated in writing to the contracting officer at the pre-performance conference and at any time it changes. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to the daily operation of this contract. The contract manager or alternate shall be available within 2 Hours during normal duty hours to meet on the installation with government personnel (designated by the contracting officer) to discuss problem areas. Non-emergency issues after normal duty hours will be handled first thing the next duty day. Contractor personnel shall present a clean, neat appearance and be easily recognized. All contractor employees shall be able to understand, read, speak and write English. For security purposes, all contractor employees shall comply with the base security policies as outlined in the contract. DISPOSAL: It shall be the responsibility of the contractor to remove and dispose of discarded materials at an off base site that meet all local, County, State and Federal regulations. The contractor shall not use any installation dumpster for disposal. SECURITY REQUIREMENTS: All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering Bolling Air Force Base, shall abide by all security regulations of the installation. Lost vehicle and entry passes shall be reported immediately to Security Forces and the Contracting Officer. The contractor shall retrieve all identification media, including vehicle passes from employees who depart the company for any reason before the contract expires. SAFETY. The contractor shall be responsible for all means and methods as they relate to safety and shall comply with all local, state and federal requirements. All personnel shall be instructed to be mindful of maintaining a safe environment for the facility occupants. PHYSICAL SECURITY. The contractor shall be responsible for safeguarding all government property provided for the contractor use. At the end of each shift, all government facilities, equipment, and materials shall be secured. The contractor shall be responsible for providing and placing all barricades and safety devices during any activities and comply with all Occupational Safety and Health Standards (OSHA). FEDERAL HOLIDAYS. The following is a list of Federal Holidays observed by this installation: New Years Day, Labor Day, Inauguration Day, Martin Luther King Jr. Birthday, Columbus Day, Presidents Day, Veterans Day, Memorial Day, Thanksgiving Day, Independence Day, Christmas. PERFORMANCE DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER. All services to be performed under this contract have been determined to be essential for performance during crisis according to Department of Defense Instruction (DODI) 3020.37 and Air Force implementation thereof. COORDINATION. The point of contact for this project is the Military Family Housing QAP, TSgt Paul Carty,(202)767-4418. QUALITY ASSURANCE. According to the Inspection of Services clause, the government shall evaluate contractor performance using customer complaint and periodic methods of surveillance. GOVERNMENT REMEDIES. The Contracting Officer shall enforce corrective measures in accordance with applicable policies and procedures for contractor failure to perform satisfactory services or failure to correct non-conforming services. GOVERNMENT FURNISHED ITEMS AND SERVICES. Water, electrical power, lighting and restroom facilities will be made available to the contractor by the government in the performance of their work. WARRANTY. The contractor shall provide a written warranty agreeing to repair or replace furnishings in the event materials or workmanship fails within the specified warranty period. Warranty documents shall include care and cleaning instructions to prevent the use of improper cleaning solutions. THE GOVERNMENT WILL NOT REIMBURSE RESPONDENTS FOR ANY COSTS ASSOCIATED WITH SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO INTERESTED PARTIES FOR RESPONSES TO THIS SOLICITATION. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. INSPECTON AND ACCEPTANCE TERMS: Contractor standard inspection procedures shall be used. Delivery/Acceptance will be at Building 47, Bolling AFB Washington, DC 20032. Delivery of all furnishings will be no later than 120 days after award to this address. Contractor shall offer the Government the same warranty commonly accepted in similar commercial purchases. All interested contractors are to submit a quotation by the solicitation due date. LIST INDIVIDUAL COST ITEMS IN YOUR QUOTATION such as labor, unit cost, delivery and installation of furniture for evaluation purposes. FAR PROVISIONS INCORPORATED BY REFERENCE: 52.212-1 Instructions to Offerors-Commercial Items, 52.215-1 Alt I Instructions to Offerors Competitive, 52.215-5 Facsimile Proposals, 52.237-1 Site Visit. FAR PROVISIONS INCORPORATED BY FULL TEXT: Addendum to FAR 52.212-2 Evaluation-Commercial Items applies to this acquisition, specifically the following criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government to include, product selection/quality, serviceability, warranty, and price will be the factors used to evaluate offers. However, when combined, product selection, quality, serviceability and warranty are significantly more important than price. 52.212-3 Offerors Representations and Certifications Commercial Items, 52.219-1 Alt I Small Business Program Representation, 52.222-22 Previous Contracts and Compliance Reports, 52.222-25 Affirmative Action Compliance, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.252-3 Alterations in Solicitation. Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text. FAR CLAUSES INCORPORATED BY REFERENCE: 52.204-7 Central Contractor Registration, 52.204-9 Personal Identity Verification of Contractor Personnel, 52.212-4 Contract Terms and Conditions Commercial Items, 52.219-8 Utilization of Small Business Concerns, 52.222-3 Convict Labor, 52.222-19 Child Labor Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35 Equal Opportunity for Special disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans pf the Vietnam Ea, and other Eligible Veterans, 52.222.39 Notification of Employee Rights Concerning Payment of Union dues or Fees, 52.222-41 Service Contract Act of 1965, as Amended, 52.223-3 Hazardous Material Identification and Material Safety Data, 52.223-5 Pollution Prevention and Right-to-Know Information, 52.223-6 Drug-Free Workplace, 52.223-10 Waste Reduction Program, 52.223-11 Ozone-Depleting Substances, 52.225-13 Restrictions on Certain Foreign Purchases, 52.229-3 Federal, State and Local Taxes, 52.232-17 Interest, 52.232-33 Payment by electronic Funds Transfer Central Contractor Registration, 52.233-1 Disputes, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.242-13 Bankruptcy, 52.237-2 Protection of Government Building Equipment, and Vegetation, 52.242-15 Stop-Work Order, 52.246-1 Contractor Inspection Requirements, 52.247-34 F.O.B. Destination, 52.253-1 Computer Generated Forms, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.223-7001 Hazard Warning Labels, 252.209-7004 Subcontracting with Firms that are Owned or controlled by the Government of a Terrorist Country, 252.223-7004 Drug-Free Work Force, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7002 Qualifying Country sources as Subcontractors, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7001 Pricing of Contract Modifications, 252.246-7000 Material Inspection and Receiving Report, 252.247-7006 Removal of Contractor Employees, 252.247-7007 Liability and Insurance. FAR CLAUSES INCORPORATED BY FULL TEXT: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.219-28 Post-Award Small Business Program Representation, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.223-11 Ozone- Depleting Substances, 52.252-2 Clauses Incorporated by Reference, 52.252-4 Alterations in Contracts, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items, 5352.242-9000 Contractor access to Air Force installations, 5352.223-9001 Health and Safety on Government Installations. All responses must be received no later than 6:00 p.m. Eastern Standard Time, 27 September 2007 to 11th CONS/LGCF 110 Luke Ave, Bldg 5681, Suite 240, Bolling AFB, DC 20032 by mail, facsimile, or e-mail to jerome.brown3@bolling.af.mil. An official authorized to bind your company shall sign the offer. All FAR clauses and provisions may be reviewed and/or obtained from the Air Force FAR web site at Internet address http://farsite.hill.af.mil/. Request for payment must be submitted via the Internet through the Wide Area Workflow Receipt and Acceptance (WAWF RA) system at https://wawf.eb.mil. Usage of the system is at no cost to the contractor and training will be provided at http:// www.wawftraining.com. The incorporated wage determination WD 05-2103 (Rev -4) dated 10 July 2007 is applicable. The website for this wage determination is http://www.wdol.gov/wdol/scafiles/std/05-2103.txt. Registration with the Central Contractor Registration (CCR) is mandatory to be eligible for award in accordance with DFARS 252.204-7004. A contractor can contact the CCR by calling 1-888-227-2423 or via the internet at www.ccr.gov. Questions concerning this solicitation and requests for a copy of the SOW should be addressed to Jerome Brown, Contract Specialist, Phone (202) 767-8100, FAX (202) 767-7896, E-mail to jerome.brown3@bolling.af.mil.
 
Place of Performance
Address: USAF HONOR GUARD DORMITORY, BUILDING 47, BOLLING AFB, WASHINGTON DC.
Zip Code: 20032
Country: UNITED STATES
 
Record
SN01419139-W 20070926/070924224703 (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.