Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2009 FBO #2806
SOLICITATION NOTICE

71 -- 7th IS Systems Furniture

Notice Date
7/31/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
F1DT977thIS
 
Point of Contact
Ryan M Battad, Phone: 301-981-2315, DJaris Gladden, Phone: 3019812307
 
E-Mail Address
Ryan.Battad@afncr.af.mil, djaris.gladden@afncr.af.mil
(Ryan.Battad@afncr.af.mil, djaris.gladden@afncr.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned 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 this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. This is an UNFUNDED End of Fiscal Year Requirement and being solicited as a planning requirement. Solicitation number F1DT977thIS is being issued a Request for Quotation (RFQ) using Simplified Acquisition Procedures in accordance with FAR 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-33 and Class Deviation 2005-0001, AFAC 2009-0318, Defense Federal Acquisition Regulation Supplement, and Defense Change Notice (DCN) 20090115. It is the contractor's responsibility to be familiar with all applicable clauses and provisions. This acquisition is 100% set-aside for Service-Disabled Veteran Owned Small Business(es) (SDVOSB) located in the Virginia, Maryland, and Washington D.C. area. The North American Industry Classification System code is 337214 with a small business size standard of 500 employees. The Government is procuring system furniture and the winning contractor shall furnish all personnel, management, tools, supplies, equipment, parts, materials and transportation necessary to perform a complete systems furniture installation. Interested vendors shall provide the Government with the design plan, furnish, and install new system furniture and components for a total of 11 workstations in 5 offices located at the 7 IS, 9804 Love Rd, Ft. Meade, MD 20755, after completion of a site visit on 06 August 2009 at 1:00 p.m., EST. Interested vendors must identify their interest to attend the site visit no later than 12:00 p.m. EST, 04 August 2009, in order to ensure that proper coordination (special facility access procedures, etc.) is accomplished at least two (2) days before the site visit. The Government shall evaluate the design plan(s) and/or proposal(s) submitted by interested vendors and Basis for Award will be Lowest Price Technically Acceptable. Offerors responding to this requirement must include a completed copy of the provisions at FAR 52.212-3, Offeror Representation and Certifications -- Commercial Items (Jun 2009), DFARS 252.212-7000, Offeror Representation and Certifications-Commercial Items (Jun 2005), and DFARS 252.225-7000, Buy American Act-- Balance Payment Program Certificate (Jan 2009) with the quotation. Interested vendors who are already registered in the Online Representation and Certifications Application (ORCA) website (https://orca.bpn.gov) may not need to re-accomplish FAR 52.212-3, but must identify their ORCA registration in the quote. Clauses and provisions may be accessed via the Internet, http://farsite.hill.af.mil or http://www.arnet.far.gov. The following clauses, and provisions, which are incorporated by reference IAW FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) and FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), remain in full force in any resultant purchase order: FAR 52.212-1, Instruction to Offerors-Commercial Items (Jun 2008), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June 2009), is applicable. The following FAR clauses under paragraph (b) of FAR 52.212-5 are applicable: 52.219-6, Notice of Total Small Business Set Aside (June 2003), 52.222-3, Convict Labor, (June 2003), 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Feb 2008), 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), 52.225-1, Buy American Act-Supplies (Feb 2009), 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008), 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration (Oct 2003). The following FAR clause also applies to this combined synopsis/solicitation: 52.252-6, Authorized Deviations in Clauses (Apr 1984), 52.223-5, Pollution Prevention and Right-to-Know Information (Aug 2003), FAR 52.223-10, Waste Reduction Program (Aug 2000). The following DFARS clauses under paragraph (b) of DFARS 252.212-7001 are applicable: 252.225-7001, Buy American Act and Balance of Payments Programs (Jan 2009), 252.247-7023, Transportation of Supplies by Sea (May 2002), Alternate III (May 2002). The following DFARS clauses: 2252.204-7004, Alt. A, Central Contractor Registration (52.204-7) Alternate A (Sept 2007), 252.225-7000 Buy American Act - Balance of Payments Program Certificate (Jan 2009), 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008), 252-232-7010, Levies on Contract Payments (Dec 2006), are also applicable. The following AFFARS clauses applies to this acquisition: 5352.242-9000, Contractor Access to Air Force Installations (Jun 2002), 5352.201-9101, Ombudsman (Aug 2005). The following local clauses are applicable: 316 CONS-004, AAFB Envirnmental Standards (19 Oct 2006), 316 CONS-007, Personnel Security Requirements, AFI 31-501 (27 Jan 2005). All interested vendors must be registered with Central Contractor Registration (CCR) at www.ccr.gov. Vendors who are not registered in CCR are not eligible for award. All offers must be received no later than 13 August 2009, 2:00 pm Eastern Standard Time and must be able to respond to the information contained herein. Offers may be mailed to 316th Contracting Squadron, 1535 Command Drive, Suite E200, Andrews AFB, MD, 20762, ATTN: SSgt Ryan Battad, fax number 301-981-1910, email :ryan.battad@afncr.af.mil. Quotations should meet all instructions put forth in this combined synopsis/solicitation. Award will be made to a single source. Reference the solicitation number and provide a delivery date on the quotation. Please email Ryan Battad, Contracting Officer, for any questions concerning this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1DT977thIS/listing.html)
 
Place of Performance
Address: Ft. Meade, Ft. Meade, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN01895030-W 20090802/090731235916-814ecd371e71541acd5411ca8c717ba1 (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.