Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2008 FBO #2314
MODIFICATION

99 -- Wood Framed Picture Boards

Notice Date
3/26/2008
 
Notice Type
Modification
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334, UNITED STATES
 
ZIP Code
36112-6334
 
Solicitation Number
Reference-Number-F2XJA18038A001A
 
Response Due
4/2/2008
 
Archive Date
4/17/2008
 
Point of Contact
Benjamin Ackerman, Contract Specialist, Phone 334-953-7759, Fax 334-953-2198
 
E-Mail Address
benjamin.ackerman@maxwell.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Solicitation number F2XJA18038A001 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 date 04 Aug 2006 and the Defense Federal Acquisition Regulations (DFARS) change notice 20060814. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. This acquisition is for the HQ AFJROTC on Maxwell AFB, Alabama. This acquisition is being issued as a 100% set-aside for small business concerns . This commercial acquisition is solicited and will be awarded using simplified procedures as authorized by FAR Part 13.5, Test Program for Certain Commercial Items. The North American Industrial Classification System Code is 339950 with a small business size standard of 500 employees . This is an all or nothing requirement, you must be able to quote and provide all items requested. The Government intends to issue a firm fixed price purchase order for the following line item: CLIN 0001: Fabrication and installation of a wooden framed board; 72" x 216", blue formica board with 2.5" x 3.75" border and 2" x .5" track. Contractor shall also Mount existing 8" polished brass letters to board which states AFROTC DISTINGUISHED ALUMNI. Computer routed 14" AFROTC dimensional seal. Track will hold approximately 42, 14" x 11" plaques CLIN 0002: Fabrication and installation of a wooden framed board; 70" x 147", blue formica board with 2.5" x 3.75" border and 2" x .5" track. Contractor shall also Mount existing 5" polished brass letters to board which states OTS DISTINGUISHED ALUMNI. Computer routed 14" OTS dimensional seal. Track will hold approximately 28, 14" x 11" plaques SIZE FOR BOTH BOARDS IN INCHES IS 147 3/8 X 62 3/8 A SITE VISIT WILL BE CONDUCTED ON 27 MARCH 2008 at 1300 hrs on MAXWELL AFB, AL. PLEASE CONTACT SSGT BENJAMIN ACKERMAN for directions and to coordinate base entry NLT COB 26 MAR 2008. QUOTATION PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The response shall consist of one section; price. BASIS FOR AWARD: This is a competitive best value acquisition utilizing simplified acquisition procedures. Acceptable quotations will take no exception to the specifications and requirements of this -RFQ. Once offeror (s) are determined technically acceptable, award will then be based on price. Each offeror?s quoted price will be evaluated for reasonableness. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced quotes. The provision at FAR 52.212-1, Instructions to Offerors, Commercial Items (Jan 2006), applies to this acquisition and is addended to delete paragraphs (h) Multiple Awards. Submit proposals via email or facsimile to the information below. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jun 2006), FAR 52.212-3, Alternate I Offeror Representations and Certifications- Commercial Items Alternate I (Apr 2002), The FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items (Sep 2005) applies to this acquisition and is addended to add the following FAR clauses: Add paragraph (u), FAR 52.204-7, Central Contractor Registration (Oct 2003), Add paragraph (w) AFFARS 5352.201-9101 Ombudsman (Aug 2005). The clause at FAR 52.203-03 Gratuities (APR 1984), FAR 52.212-2, Evaluation-Commercial Items (Jan 1999), and FAR 52.219-6 Notice of Total Small Business Set-Aside (JUNE 2003) are included. The clause; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2006), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.222-3, Convict Labor (Jun 2003), 52.222-19, Child Labor, Child Labor?Cooreration with Authorities and Remedies (Jan 2006), 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec 2001); 52.222-36, Affirmative Action for Workers With Disabilities (Jun 1998); 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003); 52.233-3, Protest After Award (Aug 1996). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2004), and DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2007) applies to this acquisition and specifically the following additional DFAR clauses under paragraphs (a) and (b) are applicable: DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Apr 2003). The following DFARS clauses are hereby incorporated into this solicitation: 252.204-7004, Alternate A (Sep 2007). The Maxwell AFB local clause Maxwell 119 is incorporated as follows: Reference DFAR Clause 252.232-7003 ?ELECTRONIC SUBMISSION OF PAYMENT REQUESTS.? Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on ?About WAWF?. The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The Defense Priorities and Allocations System rating is C9E. The CCR number must be obtained before award can be made. To be considered for this award, Offerors must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government?s ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. All quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. Award will be made to one vendor. Responses/Offers are due 4:00 pm Central Daylight Savings Time (CDST) on 2 APR 08. Submit written quotes; oral quotes will not be accepted. Quotes may be submitted via fax or e-mail. All quotes must be faxed to (334) 953-3543 attn: SSgt Benjamin Ackerman, e-mailed to benjamin.ackerman@maxwell.af.mil, or mailed to 42 CONS/LGCB, 50 LeMay Plaza South, Bldg 804, Maxwell AFB AL 36112-6334. Quotations must meet all instructions put forth in this solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-MAR-2008); 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/AETC/MaxAFBCS/Reference-Number-F2XJA18038A001A/listing.html)
 
Place of Performance
Address: HQ AFOATS Maxwell AFB AL
Zip Code: 36112
Country: UNITED STATES
 
Record
SN01542795-F 20080328/080326230751 (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.