Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2009 FBO #2719
SOLICITATION NOTICE

71 -- Slotted Wall Paneling System & Accessories

Notice Date
5/5/2009
 
Notice Type
Modification/Amendment
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 509 CONS, 727 Second St - Suite 124A, Whiteman AFB, Missouri, 65305
 
ZIP Code
65305
 
Solicitation Number
FA4625-09-Q-0015
 
Point of Contact
Gwendolyn McKinley,, Phone: 660-687-5416, Carl See,, Phone: 660-687-5425
 
E-Mail Address
gwendolyn.mckinley@whiteman.af.mil, 509con.sollgca@whiteman.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment #1 incorporates Department of Labor Wage Determination #2005-2307, Revision No #7, dated 06/11/2008 which is available online at: www.wdol.gov 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; proposals are being requested and a written solicitation will NOT be issued. The solicitation number for this request is FA4625-09-Q-0015. This solicitation is issued as a Request for Quotation (RFQ). The point of contract for this RFQ is Gwen McKinley at (660) 687-5416. This is a 100% Small Business Set Aside. The Air Force has a requirement for slotted wall paneling system and accessories which are compatible with existing Garage Tek mounting systems already installed in military family housing units on Whiteman AFB, MO. See attachment for list of items. All items are manufactured by Garage Tek. Submittal of "Or Equal" items are allowed under this solicitation. When quoting an "or equal" items, offeror must submit all descriptive literature, specifications, catalogs, etc., along with their quotation, necessary to meet the requirements of this solicitation to be eligible for award. DELIVERY POINT (FOB): Delivery is required NLT 60 days ARO. All products shall be FOB destination to Whiteman AFB, MO. Pricing should include labor, materials and installation of 22 slotted wall panel systems with 2-overhead storage systems and 8 ft Power Trak. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31. PROVISIONS AND CLAUSES: The following FAR Clauses and Provisions apply to this acquisition by reference: 52.204-6 -- Data Universal Numbering System (DUNS) Number 52.204-7 -- Central Contractor Registration 52.204-8 -- Annual Representations and Certifications 52.204-9 -- Personal Identity Verification of Contractor Personnel 52.211-6 -- Brand Name or Equal 52.212-1 -- Instructions to Offerors -- Commercial Items 52.212-3 -- Offeror Representations and Certifications -- Commercial Items 52.212-4 -- Contract Terms and Conditions -- Commercial Items. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items 52.219-6 -- Notice of Total Small Business Set-Aside 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 of the Vietnam Era, and Other Eligible Veterans 52.225-3 -- Buy American Act -Free Trade Agreements - Israeli Trade Act 52.225-13 -- Restrictions on Certain Foreign Purchases. 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration 52.247-34 -- F.o.b. - Destination 52.252-2 -- Clauses Incorporated by Reference. 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.232-7003 - Electronic Submission of Payment Requests 5352.201-9101 -- Ombudsman 5352.242-9000 -- Contractor Access to Air Force Installations The applicable North American Industry Classification System (NAICS) Code is 337215. The Small Business Size Standard is 500 employees. Prospective offeror must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) in order to be eligible for award. All responsible sources may submit a quotation which, if timely received shall be considered by this agency. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Delivery Time, GSA Contract number (if applicable), Date offer expires, Line item unit price, and Total cost. 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, price and other factors considered. The following factors shall be used to evaluate offers: price. Paper copies of the Request for Quotation will NOT be made available. PROPSAL SUBMISSION: Quotations shall be received by 11 May 2009, 2:00 PM CST; late quotations will NOT be considered for award. Quotes are to be emailed to the following email addresses: gwendolyn.mckinley@whiteman.af.mil; carl.see@whiteman.af.mil; or sent by FAX to (660) 687-4822 to the attention of Gwen McKinley.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d80886a520b33af08beedaf89aa67caa&tab=core&_cview=1)
 
Place of Performance
Address: Whiteman AFB, Whiteman AFB, Missouri, 65305, United States
Zip Code: 65305
 
Record
SN01809617-W 20090507/090505221854-d80886a520b33af08beedaf89aa67caa (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.