Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2009 FBO #2704
SOLICITATION NOTICE

67 -- 4ID Picture Framing

Notice Date
4/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Carson, ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-09-T-0165
 
Response Due
4/30/2009
 
Archive Date
6/29/2009
 
Point of Contact
Lisa Benjamin, 719-526-2416<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation prepared in accordance with the format contained FAR Subpart 12.6. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. A QUOTE IS REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Quotes shall reference Request for Quotes (RFQ) number W911RZ-09-T-0165. This announcement incorporates provisions and clauses in effect through Federal Acquisition Circular 05-32. It is the Contractor's responsibility to be familiar with all applicable clauses and provisions. Fort Carson intends to award a Firm-Fixed-Price Contract. This requirement will be set aside 100% for small business. The NAICS code for this procurement is 333315 with a small business size standard of 500 employees. Quotes shall include brand name or equal pricing of: CLIN; ITEM DESCRIPTION; QTY;U/I 0001Commanding General/Command Sergeant Major (CSM) Frames 110ea Double matted frame with brass name plate: - Approximate frame size is 12inch x 15inch - Studio frame moulding, product no. 3045 (grey) - Outer mat board: Crescent, product no. 9596 (Cubicle (grey)) - Inner mat board: Crescent 9532 (Olive Branch (green)) - Opening in inner mat will accomodate 8in x 10in photo - Opening in outer mat will accomodate 1/4in view of rear mat - Outer mat will have 1in margin on top and sides and 2.5in margin on bottom. - Outer mat will have 1.5in x 4.5in opening centered in bottom margin for brass 1in x 4in name plate. - Brass name plate 1in x 4in shall be engraved using blackened Times New Roman (font size shall be uniform on all plates using the longest name to set the standard). See attachment 2 and 3 for list of names with dates of assignment. - Mat boards will be acid and lignin-free conservation quality - Glass will be 100% UV filtered reflective control glass - All images will be dry mounted on acid freee mounting board - Black finished bust cover/backing - WallBuddies self-leveling attachments (or equivalant) will be used on all frames - 90 of the frames will be hung, 20 frames will be individually boxed for later use - See attached powerpoint slides for example of matting and framing dimensions (attachment 1) 0002Medal of Honor (MOH) Frames 22ea Double matted frame with fillet: - Approximate frame size is 27in x 20in - Frame moulding: Larson Juhl, product no. 300751 - Fillet: Larson Juhl, product no. 100751 - Outer mat board: Crescent, product no. 9550 (Cabana (blue)) - Inner mat board: Bainbridge, product no. 4165 (Coal (black)) - 2 Openings in inner mat will accomodate 8in x 10in photo and 8in x 10in text citation with fillet - 2 Openings in outer mat will accomodate 1/4in border of inner mat - Outer mat will be large enough to accomodate 2in margin on all sides from the picture/citation openings. - Mat boards will be acid and lignin-free conservation quality - Glass will be 100% UV filtered reflective control glass - All images will be dry mounted on acid free mounting board - Black finished bust cover/backing - WallBuddies self-leveling attachments (or equivalant) will be used on all frames - 20 of the frames will be hung, 2 frames will be individually boxed for later use - See attached powerpoint slides for example of matting and framing dimensions (attachment 1) 0003Delivery and Set Up/Installation 110ea Hang 90 Commanding General/CSM framed photos and 20 (MOH) Awardee hanging surface is drywall. FOB Destination Delivery/installation is required NLT 30 Days after Receipt of Order **If the contractor proposes CLINS other than the specific brand and product no. requested, the contractor shall provide descriptive literature such as drawings, illustrations, or a clear reference of the items offered with the quote. PROVISIONS INCORPORATED BY REFERENCE: 52.211-6, Brand Name or Equal (Aug 1999). Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items. FAR 52.212-1 is supplemented per following addenda: Contractor shall submit their quote electronically via email, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, and an overall total price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, any discount terms, cage code, DUNS number, tax ID or size of business, delivery days, acknowledgement of solicitation Amendments (if any), warranty information, shipping/handling charges (must be specified), and FOB. To be eligible for an award, contractor shall be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. The provision at 52.212-2, Evaluation--Commercial Items applies to this acquisition. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offer: price, past performance, and delivery date. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be considered. The provision at 52.212-3, Offerors Representations and Certifications Commercial Items. (Jun 2008) applies to this acquisition. A completed copy shall be submitted with your quote or completed online at the ORCA website. CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) clauses are applicable to the acquisition. Full text clauses and provisions are available at http://farsite.hill.af.mil. 52.212 -4 Contract Terms and Conditions-Commercial Items (Feb 2007); The provision of FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Jun 2008) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.219-6, Notice of Total Small Business Set Aside (Jun 2003); 52.222-3, Convict Labor (June 2003) (E.O. 11246); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar, 2007); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.225-13, Restrictions on Certain Foreign Purchases, (Jun 2008); 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003) (31 U.S.C 3332); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); and 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items (Sep 2008). All questions shall be submitted in writing to Lisa Benjamin, Contract Specialist, at lisa.benjamin@us.army.mil by 27 Apr 09, no later than 1:00 p.m. MT. No phone calls will be accepted. Quotes shall be received via email at lisa.benjamin@us.army.mil or fax 719-526-4490, no later than 12:00 PM. MT, 30 Apr 09. Late quotes will not be accepted in accordance with FAR 52.212-1. An official authorized to bind your company must sign the quote. All quotes shall reference and acknowledge all modifications posted to this solicitation, if applicable. Offerors who do not comply with all requirements of this synopsis/solicitation may be eliminated from competition. Any amendments that may be issued will be published via Fedbizopps.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=49a84f584afa0edccb10d514a0642543&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO<br />
Zip Code: 80913-5198<br />
 
Record
SN01797560-W 20090422/090420222510-49a84f584afa0edccb10d514a0642543 (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.