Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2007 FBO #2131
SOLICITATION NOTICE

72 -- Patio sets

Notice Date
9/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
442110 — Furniture Stores
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, MD, 20762-6500, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4416-LGCABPatio
 
Response Due
9/27/2007
 
Archive Date
10/12/2007
 
Point of Contact
Paul Babiarz, Contracting Officer, Phone 301-981-1908, Fax 301-981-1907, - Paul Babiarz, Contracting Officer, Phone 301-981-1908, Fax 301-981-1907
 
E-Mail Address
paul.babiarz@andrews.af.mil, paul.babiarz@andrews.af.mil
 
Description
1. This is a combined synopsis/solicitation for PATIO TABLE and CHAIRS SET in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. 2. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. 3. The NAICS code is 442110 and the size standard is 500 employees. 4. This solicitation contains two line items: CLIN 0001- 5 each; BELLAGIO DINING PATIO SET W/ UMBRELLA, COLOR: COCOA; part # CYC001. CLIN 0002- 5 each; LARGE OVAL TABLE AND CHAIR COVER; part # DA088. 5. Delivery is 30 days ARO. FOB: Destination. 6. The following FAR provisions apply: 52.212.1: Instructions to Offerors, applies to this acquisition. Multiple offerors and awards are hereby deleted from this solicitation. All quotes must be for all items, as stated, partial quotes will not be considered. Award will be made to a single vendor. Non-Price Factors (Not to Exceed 1 page) Bid Schedule (Not to Exceed 1 page). 52.212-2: Evaluation of Commercial Items applies. Addendum to Paragraph (a), The Government will award a purchase order resulting from this RFQ to the most responsive, responsible offeror whose offer represents the best value in terms of lowest price being technically acceptable. The Government reserves the right to enter into and agreement with other than lowest offeror. The government intends to enter into an agreement without discussions, nevertheless, the government may communicate with an offeror in order to clarify or verify information submitted in its offer. Only the lowest three offers will be evaluated. 7. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications Commercial, with its offer. FAR 52.212-3 can be downloaded from the Internet: http://farsite.hill.af.mil/. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995); and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Apr 2003) with the quotation. 8. All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/ . The following FAR clauses are applicable: FAR 52.212.4, Contract Terms and Conditions Commercial Items, with addendum; 52.212-3, Government Furnished Property, FAR 52.212-5, and Notice to Supplier, 52.245-4. 9. The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jun 2003), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sept 2002); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Apr 2002); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 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 (Dec 2001); 52.225-13 -Restrictions on Certain Foreign Purchases (Jun 2003); and 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (May 1999). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2003), applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Apr 2003); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2003). The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); and 252.204-7004, Required Central Contractor Registration (CCR) (Nov 2001). NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. 10. If interested, e-mail or fax your offer to the POC stated herein. Your offer must include the following: (a) written proposal limited to 3 pages; (b) bid schedule, (c) completed Representations and Certifications FAR 52.212-3?. 11. Quotations must be received no later than 4:00pm EST, September 27, 2007. The Government prefers that all offers are e-mailed to the point-of-contact below with contractors name listed in the subject block. Facsimile proposals will be accepted at 301-981-1907. Mail offers/proposals should be mailed to: 316 CONS/LGCBB, 1535 Command Drive, Andrews AFB, MD 20762 (Attn: Lakisha Holston). 12. The Government Primary point-of-contact is Capt. Paul Babiarz (301-981-1949 or paul.babiarz@andrews.af.mil).
 
Place of Performance
Address: Andrews AFB MD
Zip Code: 20762
Country: UNITED STATES
 
Record
SN01420236-W 20070927/070925224823 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.