Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
SOLICITATION NOTICE

71 -- Custom Workstation

Notice Date
8/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337211 — Wood Office Furniture 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
F1D0239219A001
 
Archive Date
9/24/2009
 
Point of Contact
Adriana E Carmona, Phone: 301-981-3395
 
E-Mail Address
Adriana.Carmona@afncr.af.mil
(Adriana.Carmona@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Site Visit. A site visit will be conducted on 2 September 09 at 1:30 pm EST. Attendees must enter Andrews AFB through the main gate off of Allentown Road and meet at the visitor's center for escort on base. Each offeror may send up to two (2) representatives. Offerors must submit their names to adriana.carmona@afncr.af.mil if they plan on attending by 1 September 09 at 8:00 am EST. Offerors are not required, but strongly encouraged to attend the site visit. 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; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. F1D0239219A001. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-36. The North American Industry Classification System Code (NAICS) for this acquisition is 337211 with a size standard of 500 employees. The proposed contract is 100 percent set aside for small business. CONTRACT LINE ITEM NUMBERS: 0001: Build and install a custom workstation in cherry in accordance with attached Performance Work Statement. QTY: 1 EA UNIT PRICE: tiny_mce_marker _____________. Required delivery is located at 316 OSS 1220 Operations Drive Andrews AFB, MD 20762 within 30 days after contract award. FOB is destination and the resulting contract will be a firm fixed price. PERFORMANCE WORK STATEMENT for FLIGHT PLANNING ROOM FURNITUTRE REQUIREMENTS 1. SCOPE: A. The contractor shall provide purchasing action and complete operational installation of all required items on this contract. B. The project site is: Base Operations, Flight Planning Room Bldg 1220 1220 Operations Drive Andrews AFB, MD 20762 2. FURNITURE SPECIFICATION: A. This PWS establishes the minimum requirements for the acquisition and installation of complete and usable office furniture. All requirements and configurations shall be in accordance with the furniture layout shown in the attached drawings. The completed installation shall comply with American Disabilities Act Accessibility Guidelines, and OSHA requirements. B. Installation of furniture must be accomplished in the specified area. 316 OSS personnel will be responsible for moving government equipment out of existing area. All furniture will be delivered to the Flight Planning Room in Building 1220. C. The contractor shall provide samples for all finishes and fabrics before the award of the contract. D. WARRANTY: The contractor shall provide manufacturer's standard warranty against premature wear, color fade or staining from normal office staining agents and all other applicable warranties. 3. DELIVERY, STORAGE AND HANDLING The contractor shall be responsible for the receipt, storage, and handling of all materials and supplies necessary to provide a complete and fully operational installation. A. Delivery location: Base Operations, Flight Planning Room Bldg 1220 1220 Operations Drive Andrews AFB, MD 20762 B. Storage Requirements/Expectations: The contractor shall confine all apparatus and the operation of the work force to the project site. All furniture and equipment will be delivered to the site at the time of use. All furniture and equipment shipped early will be stored off base, in a weather or vandal and theft proof storage facility, until ready for installation. The contractor shall provide heated and weather protection enclosures as required to protect furniture from damage due to warping, staining, moisture condensation or any other environmentally induced damage. C. Contractor Examination Requirements: The contractor shall examine new furniture for damage or blemishes. Reject all substandard items. The contractor shall check the furniture for completion of the orders and for correctness of the shipment. Correct all problems promptly to ensure a smooth and timely installation. D. Delivery: The contractor shall have 90 days after the award of contract to deliver systems furniture. 4. PROJECT CONDITIONS. All deliveries shall be coordinated through the designated DD577 holder in the 316 Operations Support Squadron. 5. INSTALLATION: A. The contractor shall be responsible for verification of site dimensions and conditions. Discrepancies shall be noted prior to the beginning of the installation. B. Installation, including aisle widths and clearances will be in compliance with the Life Safety Code and American Disabilities Act Accessibilities Guidelines (ADAAG). C. The contractor shall provide a crew experienced in installation of the required items and capable of meeting the contract requirements. D. Installation of all items is to be in accordance with manufacturers' recommendations and instructions. E. All items and accessories are to be installed plumb, level, square, and with proper alignment with adjoining furniture. F. The contractor shall clean, polish and inspect all install items and accessories for proper installation and free of defects. If damaged, contractor is responsible for replacement at no additional cost to the government. G. The contractor shall remove all packing materials and installation residue from the project site and Base at the end of the day. H. Upon completion on installation, the contractor shall leave the project site in a neat and clean condition. The contracting officer shall follow FAR 52.212.4, Contract Terms and Conditions-Commercial Items for contractor's failure to perform satisfactory services or failure to correct non-conforming services. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and Addendum to FAR CLAUSE 52.212-1 applies to this acquisition are as follows: 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. FAR 52.212-2, Evaluations-Commercial Items, applies to this acquisition. EVALUATION PROCEDURES: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforms to the performance work statement and price is determined most advantageous to the Government. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. If additional information is required to support price reasonableness, each offeror may be required to provide a hard copy of their price break-down. Non-conformance with this requirement may result in the offerors quote being determined unacceptable. FAR 52.212-3, "Offeror Representatives and Certifications-Commercial Items" applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (Online Representation and Certifications application). FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.209-6, 52.214-31, 52.214-34, 52.214-35, 52.223-11, 52.225-13, 52.247-34, 52.252-2 http://farsite.hill.af.mil, 52.252-6:(b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004, ALT A, 252.212-7001 (DEV), 252.223-7006, 252.232-7003,252.232-7010, 252.247-7023, ALT III, 252.243-7001, 252.246-7000, 5352.201-9101 (c): Mrs. Diane Dade, 1535 Command Drive, Suite 202, Andres AFB, Camp Springs, MD 20762, phone #301-981-7342. FAR CLAUSE 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses apply to this acquisition: 52.219-6, 52.222-3, 52.222-25, 52.222-26, 52.222-36, 52.223-5, 52.232-33, 52.233-3 and 52.233-4. To be eligible for an award, contractor must 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. All quotations must be received by 8:00 A.M. Eastern Standard Time (EST) on 9 September 2009. Quotations can be e-mailed to adriana.carmona@afncr.af.mil. An official authorized to bind your company shall sign and date the quote. Questions concerning this solicitation should be addressed to SrA Adriana Carmona, by E-mail: adriana.carmona@afncr.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D0239219A001/listing.html)
 
Place of Performance
Address: Base Operations, Flight Planning Room, Bldg 1220, 1220 Operations Drive, Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN01927977-W 20090828/090827001542-0f4e0a453a77c6c6cdb79647aab9472b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.