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 -- Fire Department Personal Protective Equipment Lockers - Floor Plan for Lockers

Notice Date
9/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
442110 — Furniture Stores
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 423rd CONS - Alconbury, RAF Alconbury, PSC 47, Unit 5720, RAF Alconbury, 09470-5720
 
ZIP Code
09470-5720
 
Solicitation Number
F3B7AQ9047A002
 
Point of Contact
Chad M Obermiller, Phone: 44 1480823040, Andrew C Pillow, Phone: 44 1480 823925
 
E-Mail Address
chad.obermiller@alconbury.af.mil, andrew.pillow@alconbury.af.mil
(chad.obermiller@alconbury.af.mil, andrew.pillow@alconbury.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Here is the floor plan for the placement and installation of the lockers 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. This solicitation is issued as a Request for Quote (RFQ). This document and incorporated provisions and clauses are those in effect for Federal Acquisition Circular 2005-36. This acquisition is unrestricted. //Schedule of items: This requirement is for Personal Protective Equipment Lockers for our Fire Department. //CLIN 0001: 4 packages x Wall Mounted Locker System 20"W x 70"H x 20"D with lockable Doors. Lockers must have a Top Shelf that provides a Minimum of 9" usable space. Must have three (3) apparel hooks per opening Locker must be "Caged" or "Wire Mesh". (Group of 6 Lockers) //CLIN 0002: 1 packages x Wall Mounted Locker System 20"W x 70"H x 20"D with lockable Doors. Lockers must have a Top Shelf that provides a Minimum of 9" usable space. Must have three (3) apparel hooks per opening Locker must be "Caged" or "Wire Mesh". (Group of 3 Lockers) //CLIN 0003: 4 packages x Wall Mounted Locker System 20"W x 70"H x 20"D with lockable Doors. Lockers must have a Top Shelf that provides a Minimum of 9" usable space. Must have three (3) apparel hooks per opening Locker must be "Caged" or "Wire Mesh". (Group of 2 Lockers) //CLIN 0004: 1 packages x Wall Mounted Locker System 20"W x 70"H x 20"D with lockable Doors. Lockers must have a Top Shelf that provides a Minimum of 9" usable space. Must have three (3) apparel hooks per opening Locker must be "Caged" or "Wire Mesh". (Group of 1 Lockers) //CLIN 0005: 4 packages x Freestanding Locker System 20"W x 79"H (83"H including the wheels) x 20"D with lockable Doors. Lockers must have a Top Shelf that provides a Minimum of 9" usable space. Must have three (3) apparel hooks per opening Locker must be "Caged" or "Wire Mesh". Lockers must be rigid welded Double Row (Back to Back), 3 Openings per side. (Group of 6 Lockers) //CLIN 0006: 4 packages x Freestanding Locker System 20"W x 79"H (83"H including the wheels) x 20"D with lockable Doors. Lockers must have a Top Shelf that provides a Minimum of 9" usable space. Must have three (3) apparel hooks per opening Locker must be "Caged" or "Wire Mesh". One Single Row per Package. (Group of 3 Lockers) //CLIN 0007: 72 x 20" Hanging Bar //CLIN 0008: 72 x Glove Hangers //CLIN 0009: 72 x Coat Drying Hangers //CLIN 0010: 1 x Installation and Delivery Note for Vendors: All items are to be rigid construction as this is for Personal Protective Equipment for our Fire Department. Please provide technical specifications and pictures of the product that you are proposing. This requirement is only for planning purposes and may or may not be funded at a later date and time. Please ensure that your quotation is valid until 30 September 2009. // The clause at FAR 52.204-7 Central Contractor Registration applies to this solicitation // The provisions at FAR 52.211-6 "Brand Name or Equal" applies to this solicitation //The provisions at FAR 52.212-1, Instructions to Offerors--Commercial Items applies to this solicitation. //The provisions at FAR 52.212-2 Evaluation _ Commercial Items applies to this solicitation. The evaluation criteria to be included in paragraph (a) of the provision are i) Price ii) Technical capability of offered item to meet the Government's needs. Technical includes meeting delivery timeframe. //Offerors shall include with the submission of their offer a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items. //The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition. //The clause at FAR 52.212-5, Contract Terms and conditions Required to Implement Statutes or Executive Orders--Commercial Items applies to this acquisition. //The provision at FAR 52.232-18 Availability of Funds applies to this solicitation. //The clause at DFARS 252.204-7004 Alternate A applies to this solicitation. //The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive orders Applicable to Defense Acquisitions of Commercial items applies to this solicitation. //The clause at DFARS 252.222-7002 Compliance with Local Labor Laws (Overseas) applies to this solicitation. //The clause at DFARS 252.225-7042 Authorization to Perform applies to this solicitation, //The clause at DFARS 252.229-7006 Value Added tax Exclusion (United Kingdom) applies to this solicitation. //The clause at DFARS 252.229-7008 relief from Import Duty (United Kingdom) applies to this solicitation. //The clause at DFARS 252.229-7000 Invoices Exclusive of Taxes or Duties applies to this solicitation. // The clause at DFARS 252.232-7003 Electronic Submission of Payment Requests applies to this solicitation. //The clause at DFARS 252.232-7008 Assignment of Claims (Overseas) applies to this solicitation. //The clause at DFARS 252.233-7001 Choice of Law (Overseas) applies to this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/423OCF/F3B7AQ9047A002/listing.html)
 
Place of Performance
Address: RAF Fairford, GL7 4DL, RAF Fairford, GL7 4DL, United Kingdom
 
Record
SN01952343-W 20090913/090912003202-304e6dbe130caa0443535f2a790a501d (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.