Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2009 FBO #2850
SOLICITATION NOTICE

71 -- Herman Miller Aeron Work Chairs - Offeror Representations and Certifications - Commercial Items

Notice Date
9/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-09-Q-0522
 
Point of Contact
Janet J Sheehan, Phone: 315-330-2001
 
E-Mail Address
janet.sheehan@rl.af.mil
(janet.sheehan@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Offeror Representations and Certifications - Commercial Items This is a solicitation for commercial items prepared in accordance with the format in FAR Subpart 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-09-Q-0522 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20090825. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is total small business set-aside. The NAICS code is 337214 and small business size standard is 500 employees. The contractor shall provide the following brand name or equal items on a firm fixed price basis: Qty Model # Item 30 AE113AWB Herman Miller Aeron Work Chair with Posture Lift Lumbar, Ext-Ht; Pneu. Tlt Lim/Ang Adj Arms NonuphstPds PJ adjustable posture fit support G1 graphite BB 2-1/2 hard caster black yoke carpet BK black 4E pellicler waves 01 pellicler waves carbon Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The required delivery date is 29 October 2009. The place of delivery, acceptance and FOB destination point is F4HBL1/Transportation Officer Depot 2, 148 Electronic Parkway, Rome, NY 13441-4516. Instructions to Offerors Written quotes are due at or before 3:00 PM, 17 Sep 2009. Submit to: Janet Sheehan by email to Janet.Sheehan@rl.af.mil. Offerors are encouraged to submit their proposals/quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. Submit a technical description of the items being offered. Central Contractor Registration (CCR) and Online Representation and Certifications Application (ORCA). To be eligible to receive a contract award from a Department of Defense activity, you must be registered in the DOD Central Contractor Registration (CCR) Database. To register for CCR, access the CCR homepage at http://www.ccr.gov and the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Basis for Award The government will award a firm fixed price contract in accordance with Simlified Acquisition Procedures resulting from this solicitation to the responsible and capable offeror based on price and on technical acceptability, both of equal value. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (AUG 2009), ALT I (APR 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their proposal. For your convenience, paragraph (b) of 52.212-3 is attached to this solicitation. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (MAR 2009), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (AUG 2009), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6, Notice of Total Small Business Aside (June 2003) 52.219-28, Post Award Small Business Program Representation (April 2009) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) 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) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2009), applies to this acquisition. The following additional FAR and DFARs clauses cited in the clause are applicable to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009) 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) Alternate III (MAY 2002) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) The following additional DFARs provisions and clauses also apply: 252.225-7000, Buy American Act--Balance of Payments Program Certificate (JAN 2009) 252.232-7010, Levies on Contract Payments (Dec 2006) 5352.201-9101, OMBUDSMAN (AUG 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. All responsible organizations may submit a proposal, which shall be considered. Point of Contact Janet Sheehan, Contract Specialist, Phone 315-330-2001, FAX, 315-330-8115, Email Janet.Sheehan@rl.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-09-Q-0522/listing.html)
 
Record
SN01952118-W 20090913/090912002854-ff9eed2b4f33a5493370fb104b1abfdd (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.