Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2008 FBO #2475
SOLICITATION NOTICE

71 -- To purchase logding furniture items.

Notice Date
9/3/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337121 — Upholstered Household Furniture Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, Hawaii, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
FA5215-08-T-0011
 
Archive Date
9/27/2008
 
Point of Contact
Raelynn Higa,, Phone: (808) 448-2959
 
E-Mail Address
raelynn.higa@hickam.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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: FA5215-08-T-0011 This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20080721, and Air Force Acquisition Circular (AFAC) 2008-0605. This acquisition is a small business set aside under NAICS code 337121and small business size standard of 500 employees. This RFQ contains forty-three (43) line items. The items, as follows, is on a firm fixed price basis: To purchase lodging furniture. See below for specific breakdown of furniture items. Item Description:Stock/ID#:Manufacturer CLIN0001India Desk, Embossed Shagreen (Qty: 2)7001 - 83fPalecek or equal CLIN0002Hudson Chair, Seat 19"H (Qty: 2)7849-69fPalecek or equal CLIN0003Senegal Round Side Table, Solid Plantation Mahogany (Qty: 2)7875-85fPalecek or equal CLIN0004Parlor Side Table, Wicker/Rattan (Qty: 4)7419-01Palecek or equal CLIN0005Amara Barstool, 30", Seat 30"H (Qty: 6)7468-91fPalecek or equal CLIN0006Crossings King Headboard, Solid Alderwood (Qty: 2)7204-47fPalecek or equal CLIN0007Crossings Side Stand (Qty: 6)7205-47fPalecek or equal CLIN0008Loft Lamp, Raffia Shade (Qty: 2)2926-27dPalecek or equal CLIN0009Coinshell Rectangular Lamp, Silk Shade (Qty: 2)2971-44dPalecek or equal CLIN0010Palladian Cast Chair, REA Frame, Dupione Laurel Cushion, (Qty: 8)21002405Tropitone or equal CLIN0011Stoneworks Table, No umbrella hole, Mesa (MES) Color (Qty: 2)FG42RTropitone or equal CLIN0012Table Base, REA Frame, Rich Earth (Qty: 2)1836BTropitone or equal CLIN0013Palladian Cast Chaise Lounge, REA, Rich Frame, Dupione Laurel Cushion (Qty: 4)10993205Tropitone or equal CLIN0014Cordoba Dining Side Chair (Qty: 8)771-23-061-00-00Janus et Cie or equal CLIN0015Cordoba Dining Side Chair (COM), Cushion Code A (Qty: 8)871-23-061-03-00Janus et Cie or equal CLIN0016Washington Chair (Qty: 4)771-92-111-00-00Janus et Cie or equal CLIN0017Washington Chair/S&B/Std, Cushion Code D&C(Qty: 4)871-92-111-07-00Janus et Cie or equal CLIN0018Toronto Sofa (Qty: 2)771-90-111-00-00Janus et Cie or equal CLIN0019Toronto Sofa/S(2) & B(2)/Std, Cushion Code D&C (Qty: 2)981-90-111-07-00Janus et Cie or equal CLIN0020Cube Table/Ottoman, Carmel Finish (Qty: 4)771-25-611-00-00Janus et Cie or equal CLIN0021Glass - Cube/Clear, Clear tempered/no emblem (Qty: 4)971-25-611-00-00Janus et Cie or equal CLIN0022Snowdon (35 1/2") Round Table, Carmel Finish (Qty: 2)771-75-515-00-00Janus et Cie or equal CLIN0023Glass - Snowdon Table (Qty: 2)971-75-515-00-00Janus et Cie or equal CLIN0024Twin Headboards, Faubourg (Qty: 4)BV-501McGuire or equal CLIN0025Portofino Sofa, Wood frame, Bamboo Style, Beige/Gold bottom (Qty: 2)600109551Portofino or equal CLIN0026Lounge Chair, Tipton, Wood frame, fully upholstered (Qty: 2)CustomTipton or equal CLIN0027Coffee Table, Wood frame, bamboo style w/ leather (Qty: 2)Malacca BambooMalacca or equal CLIN0028Wall Art, Orchid Fandango – Horning (Qty: 2)79103087651Pictures Plus or equal CLIN0029Wall Art, Afternoon Sky – Cablayan (Qty: 2)79103078570Pictures Plus or equal CLIN0030Mirror, Beveled (Qty: 2)01-0007185Pictures Plus or equal CLIN0031Wall Art, Low Tide – Lowrey (Qty: 1 Pr)79103068932Pictures Plus or equal CLIN0032Wall Art, Lanikai, Left – Lowrey (Qty: 1 Pr)01-0007189Pictures Plus or equal CLIN0033Wall Art, For Nostalgia Art (Qty: 2)01-0007193Pictures Plus or equal CLIN0034Wall Art, Lei Maker Hawaii (Qty: 2)79103099641Pictures Plus or equal CLIN0035Wall Art, Hawaiian Night (Qty: 2)79103099628Pictures Plus or equal CLIN0036Wall Art, Tonga I Tapa (Qty: 2)79103096036Pictures Plus or equal CLIN0037Wall Art, Fiji I Tapa (Qty: 2)79103096034Pictures Plus or equal CLIN0038Wall Art, In Bloom III, Hopper (Qty: 2)79103096640Pictures Plus or equal CLIN0039Julian (Enclosed Lanai), Wood Base – Honey (Qty: 4)3023 - HoneyThe Natural Light Incorporated or equal CLIN0040Bon (bedroom 2), Wood Base – Mocha (Qty: 2)447 - MochaThe Natural Light Incorporated or equal CLIN0041Rattan Road (Living Room), Rattan Base – Mocha (Qty: 2)802 - MochaThe Natural Light Incorporated or equal CLIN0042Jiminy (Master Bedroom), Rattan Base – Mocha (Qty: 4)480 - MochaThe Natural Light Incorporated or equal CLIN0043Shipping FOB Destination Hickam AFB, Hawaii Offerors may propose an alternate quotation if offering more than one solution. Delivery shall be FOB destination with a required delivery date no later than 60 calendar days after contract award. The Delivery location shall be 15 SVS/SVML, 1713 Kuntz Ave., Bldg 1713, Hickam AFB, HI 96853. Any questions in regards to this solicitation must be submitted no later than 5 September 2008 to ensure Government ample response time and timely submittals of proposals. Award basis lowest price technical acceptable. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) All quotes are due on or before 3:00 PM, Hawaii Standard Time (HST), 12 September 2008. Electronic quotes are acceptable. Submission may be made via email to raelynn.higa@hickam.af.mil, via parcel mail to Department of the Air Forces, Pacific Air Forces, 15 CONS/LGCB, ATTN: Raelynn Higa, 90 G Street, Hickam AFB, HI 96853-5230, or via facsimile at (808) 448-2911. Quotes must reference the solicitation number. Notice to Offerors: Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. Quotes must be valid until 30 September 2008. Central Contractor Registration (CCR). Offerors must be registered with the CCR (http://www.ccr.gov) database upon submission of their request for proposal (RFP) / request for quote (RFQ) to be considered responsive. If confirmation of CCR is not provided with the proposal submission by the closing date of the RFP/RFQ, the offer shall be considered nonresponsive and ineligible for contract award. Wide Area Work Flow (WAWF). Offerors must be registered in the WAWF (https://wawf.eb.mil). If the offeror does not become registered in the WAWF 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. IAW 52.212-3 (Alt I) -- Offeror Representations and Certifications -- Commercial Items (June 2008). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov <http://orca.bpn.gov/>. If you have not completed the annual representations and certifications electronically at the ORCA website, please complete only paragraphs (c) through (m) of this provision and return along with your quotation. Additionally, Online Representations and Certifications (ORCA) is mandatory in lieu of Reps and Certs in hard copy form. The following clauses and provisions are incorporated by reference: 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007) IAW 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, is applicable to this procurement along with the following addenda. 52.203-6, Restriction on Subcontractor Sales to the Government (Alt I) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 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 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Alt I) IAW 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable to this procurement along with the following addenda. 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea 252-232-7010 -- Levies on Contract Payments - (a) 26 U.S.C. 6331(h) authorizes the Internal Revenue Service (IRS) to continuously levy up to 100 percent of contract payments, up to the amount of tax debt. (b) When a levy is imposed on a payment under this contract and the Contractor believes that the levy may result in an inability to perform the contract, the Contractor shall promptly notify the Procuring Contracting Officer in writing, with a copy to the Administrative Contracting Officer, and shall provide—(1) The total dollar amount of the levy; (2) A statement that the Contractor believes that the levy may result in an inability to perform the contract, including rationale and adequate supporting documentation; and (3) Advice as to whether the inability to perform may adversely affect national security, including rationale and adequate supporting documentation. (c) DoD shall promptly review the Contractor’s assessment, and the Procuring Contracting Officer shall provide a written notification to the Contractor including– (1) A statement as to whether DoD agrees that the levy may result in an inability to perform the contract; and (2)(i) If the levy may result in an inability to perform the contract and the lack of performance will adversely affect national security, the total amount of the monies collected that should be returned to the Contractor; or (ii) If the levy may result in an inability to perform the contract but will not impact national security, a recommendation that the Contractor promptly notify the IRS to attempt to resolve the tax situation. (d) Any DoD determination under this clause is not subject to appeal under the Contract Disputes Act. (End of clause) 5352.201-9101 Ombudsman - (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Lt Col Rodger Phillips, phone number (808) 448-2901, facsimile number (808) 448-2912, e-mail: rodger.phillips@hickam.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: https://farsite.hill.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c50858dab52f2984404f9ab6b3091429&tab=core&_cview=1)
 
Place of Performance
Address: 15 SVS/SVML, 1713 Kuntz Ave, Bldg 1713, Hickam AFB, Hawaii, 96853, United States
Zip Code: 96853
 
Record
SN01658017-W 20080905/080903222824-c50858dab52f2984404f9ab6b3091429 (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.