Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2009 FBO #2791
SOLICITATION NOTICE

71 -- Purchase/Install Personnel Lockers - Brand Name - SOW

Notice Date
7/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 43rd CONS, 1443 Reilly Rd, Suite C, Pope AFB, North Carolina, 28308-2896, United States
 
ZIP Code
28308-2896
 
Solicitation Number
09T1117
 
Archive Date
8/6/2009
 
Point of Contact
Cynthia Williams, Phone: 910-394-6914
 
E-Mail Address
Cynthia.Williams@pope.af.mil
(Cynthia.Williams@pope.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Personnel Lockers statement of work Brand Name Letter (1)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii)This solicitation/synopsis reference number is FA4488-09-T1117 and is being issued as a Request for Quote (RFQ). (iii)This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. (iv)This acquisition is 100% set-aside for small businesses. The associated NAICS code is 337214; Small Business standard is 500 employees (v)This requirement is to purchase and install space saver lockers in building 173. This requirement consist of two line items. 0001AA - Standard Flat Top Personnel locker, Manufacturer DSM; part number, PDLF-24-72. Standard flat top personnel locker; DSM part number PDLF-24 BAS. 153 each 0002AA - Installation - 1 lump sum FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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: (1) Price - The Government will evaluate offers for award purposes on the total price for the requirement: Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representation and certifications at http//orca.bpn.gov. The following clauses are incorporated by reference: FAR 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.212-4 Contract Terms and Condition-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.222-21 Prohibition Of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era FAR 52.222-36 Affirmative Action for Workers With Disabilities FAR 52.222-37 Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era FAR 52.222-50 Combating Trafficking in Persons FAR 52.225-1 Buy American Act - Supplies, Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.242-14 Bankruptcy FAR 52.253-1 Computer Generated Forms DFARS 252.204-7003 Control of government personnel work product DFARS 252.204-7004 (Alt A) Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). DFARS 252.225-7000 Buy American Act (BAA) - Balance of Payments Program Certificate DFARS 252-225-7001 BAA - Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Requests (Vendors shall submit invoices utilizing Wide Area Work Flow (WAWF) for the creation of electronic receiving reports (DD250) and electronic invoices IAW DFARS 252.232-7003 Electronic Submission of Payment Request. The WAWF routing information will be provided upon award. DFARS 252.243-7001 (Fixed Price) DFARS 252.246-7000 Material Inspection and receiving report AFFARS 5352.201-9101 Ombudsman (IAW 5301-9103); complete paragraph c as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: Michael.jackson@scott.af.mil. AFFARS 5352.242-9000-Contractor Access to Air force Installations (viii)Defense Priorities and Allocation System: Not Applicable. (ix)Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 22 July 09 not later than 4:00 PM Eastern Standard time. Requests should be marked with purchase request number. FA4488-09-T1117. All responsible sources may submit a quotation; all prospective contractors must be registered in the CCR data base prior to submitting a proposal. (x)Address questions to Cynthia Williams, at (910) 394-6914, fax (910) 394-5687 OR 6279; email: Cynthia.Williams2@pope.af.mil. (xi)For more opportunities, visit http://www.selltoairforce.org, and http://www.sba.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/43CONS/09T1117/listing.html)
 
Place of Performance
Address: Pope AFB NC, Fayetteville, North Carolina, 28308, United States
Zip Code: 28308
 
Record
SN01878227-W 20090718/090717001045-fb3c55736901d6e82f93bcb21256a54b (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.