Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
MODIFICATION

71 -- RATTAN FURNISHINGS & MATTRESSES

Notice Date
9/14/2009
 
Notice Type
Modification/Amendment
 
NAICS
337125 — Household Furniture (except Wood and Metal) Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, Hawaii, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
F2C1EC9212A001
 
Archive Date
10/2/2009
 
Point of Contact
Dolorine Skellington, Phone: (808) 448-2978, Kathy R Atoigue, Phone: 808-448-2966
 
E-Mail Address
dolorine.skellington@hickam.af.mil, kathy.atoigue@hickam.af.mil
(dolorine.skellington@hickam.af.mil, kathy.atoigue@hickam.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
****************AMENDMENT 2**************** THE PURPOSE OF AMENDMENT 2 IS TO CHANGE THE DUE DATE TO READ 17 SEPTEMBER 2009 @ 8:00PM EST. AMENDMENT 3 WILL BE FORTHCOMING TO ADDRESS AMENDMENT 1 SUBMITTED ON 05 SEPTEMBER 2009. ***************END AMENDMENT 2*************** This is a combined synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is not to be construed as a commitment by the Government. All information submitted at no cost to the Government. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation will be issued as a request for quotation (RFQ) under the solicitation number: F2C1EC9212A001 This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 2008-0721, and Air Force Acquisition Circular (AFAC) 2008-0605. This acquisition is a small business set aside under NAICS code 337125 and small business size standard of 500 employees. This RFP contains ten (10) line items. The items, as follows, are on a firm fixed price basis. To purchase Rattan Furnishings and Mattress Sets, (Rattan Furnishings Manufacturer: ABC Seating or Equal; Mattress Set Manufacturer: Simmons or Equal). Contractor shall provide technical data/specifications to include, but not limited to photos for sample materials and/or supplies to clearly illustrate an equal product, IAW the aforementioned and attached Performance Work Statement. Website links will not be accepted as a form of technical data. Cushion material for all rattan furnishings shall be of a dark color with tropical floral print. All rattan products shall be of natural finish. Contractor shall provide a color sample of proposed tropical floral print material for cushion material upon submission of quotation. Electronic samples are acceptable; however, website links are not acceptable. Proposal packages should clearly convey the product(s) that the contractor shall provide. Please Note Contract Line Item Numbers (CLIN) 0001 is subject to the Buy American Act. CLINs 0002 through 0009 are exempt from the requirements under the Buy American Act, but subject to the Berry Amendment where applicable (ie., fabric is used). Line items are as follows: CLIN 0001: Queen Bed with Mattress/Box Spring/Frame without headboard (mattress and box spring sets shall be of a matching pattern and color), Mfr: Simmons or Equal, 60"x 80"x 9"D, Qty: 80 sets / Unit Price: ______________ Extended Price______________ CLIN 0002: Rattan Sofa with cushions (3 back cushions and 3 seat cushions), or Equal, 69"L x 30"D x 31"H, Qty: 75 each / Unit Price: ______________ Extended Price______________ CLIN 0003: Floor Lamp, Bamboo with Off-White Lamp Shade, or Equal, 59" H, Qty: 150 each / Unit Price: ______________ Extended Price______________ CLIN 0004: Rattan Coffee Table, with Plastic Laminate top and Rattan edge trim, or Equal, 44"L x 22"W x 16"H, Qty: 150 each / Unit Price: ______________ Extended Price______________ CLIN 0005: Rattan End Table, with Plastic Laminate top and Rattan edge trim or Equal, 22"L x 20"W x 20"H, Qty: 250 each / Unit Price: ______________ Extended Price______________ CLIN 0006: Rattan, 4 Drawer Chests, with plastic Laminate top and Rattan edge trim with recessed pull handles or Equal, 37"W x 18"D x 38"H, Qty: 220 each / Unit Price: ______________ Extended Price_____________ CLIN 0007: Rattan, Dining Table, with Plastic Laminate top and Rattan edge trim or Equal, 60"L x 40"W x 30"H, Qty: 150 each / Unit Price: ______________ Extended Price______________ CLIN 0008: Rattan, Night Table, with Plastic Laminate top and Rattan edge trim with recessed pull handles or Equal, 20"W x 15"D x 20"H, Qty: 150 each / Unit Price: ______________ Extended Price______________ CLIN 0009: Rattan, Side Chair, with Padded seat (covered with Naugahyde, 2/200 Unique 47 grade color Polo Tan), or Equal, 18"W x 22"D x 34"H, Qty: 600 each / Unit Price: ______________ Extended Price______________ CLIN 0010: Delivery, loading, unpacking, assembly and trash disposal of all associated debris, Qty: 1 Lot / Unit Price: ______________ Extended Price______________ Total Cost for CLINs 0001-0010: ___________________________________________ Delivery shall be FOB destination to Hickam AFB, with a required delivery date of no later than 60 calendar days after contract award. The delivery location shall be Bldg 1722, 510 Kuntz Ave, Hickam AFB, HI 96853. Acceptance will be performed by the Government. The quality of furnishings provided is of significant importance to the government and shall be heavy duty for daily commercial use. Award basis is lowest price technical acceptable. Any questions in regards to this solicitation should be submitted in writing via email to Dollie Skellington, dolorine.skellington@hickam.af.mil no later than 03:00 PM, Hawaii Standard Time (HST), 09 September 2009. Questions & answers (Q&A) to be posted o/a 10 September 2009. Award basis is lowest price technical acceptable. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: Quotes are due on or before 12:00 PM, Hawaii Standard Time (HST), 14 September 2009. Electronic quotes are acceptable. Submission may be made via email to dolorine.skellington@hickam.af.mil with a courtesy copy to kathy.atoigue@hickam.af.mil, via parcel mail to Department of the Air Forces, Pacific Air Forces, 15 CONS, ATTN: Dollie Skellington, 90 G Street, Hickam AFB, HI 96853-5230, or via facsimile at (808) 448-2911, Attn: Dollie Skellington. Quotes shall reference the solicitation number. Notice to Offerors: Funds are currently not available for this requirement and may not become available. Unless adequate funds become available, no award will be made under this solicitation. The Government reserves the right to cancel this solicitation, either before or after the closing date. Offerors who elect to submit a quote in response to this solicitation acknowledge that efforts associated with the submission will not be reimbursed in the event the solicitation is cancelled. Central Contractor Registration (CCR). Offerors must be registered in the CCR (http://www.ccr.gov) database upon submission of their request for proposal (RFP) / request for quote (RFQ) to be considered responsive. If confirmation of CCR is not provided with the proposal submission by the closing date of the RFQ, the offer shall be considered nonresponsive and ineligible for contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Date offer expires, line item unit price, and Total Cost. IAW CLIN structure previously sited earlier in this combination synopsis/solicitation. Wide Area Work Flow (WAWF). Offerors shall be registered in the WAWF (https://wawf.eb.mil). If the offeror does not become registered in the WAWF database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed with award to the next successful/registered offeror. IAW 52.212-3 (Alt I) -- Offeror Representations and Certifications -- Commercial Items (June 2008). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If you have not completed the annual representations and certifications electronically at the ORCA website, please complete only paragraphs (c) through (m) of this provision and return along with your quotation. Additionally, Online Representations and Certifications (ORCA) is mandatory in lieu of Reps and Certs in hard copy form. All referenced Federal Acquisition Regulation (FAR) clauses and provisions in this solicitation may be accessed via the internet at https://farsite.hill.af.mil The following clauses and provisions are incorporated by reference: 52.212-4, Contract Terms and Conditions-Commercial Items 52.209-5, Certification Regarding Debarment, Suspension, Proposed Debarment and other Responsibility Matters 52.211-6, Brand Name or Equal 52.212-1, Instructions to Offerors--Commercial Items 52.212-2, (Full Text) Evaluation--Commercial Items IAW 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, is applicable to this procurement along with the following addenda. 52.203-6, Restriction on Subcontractor Sales to the Government (Alt I) 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees 52.222-50, Combating Trafficking in Persons 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Alt I) IAW 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable to this procurement along with the following addenda. 52.203-3, Gratuities 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) 252.225-7001, Buy American Act and Balance of Payments Program 252.225-7012, Preference for Certain Domestic Commodities 252.232-7003, Electronic Submission of Payment Requests 252.243-7002, Requests for Equitable Adjustment 252.247-7023, Transportation of Supplies by Sea 252.247-7024, Notification of Transportation of Supplies by Sea Contract Line Item Number 0001 is subject to the Buy American Act. 252.225-7000 Buy American Act--Balance of Payments Program Certificate (a) Definitions. "Domestic end product," "foreign end product," "qualifying country," "qualifying country end product," and "United States" have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that- (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) Components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin (3) The following end products are other foreign end products: Line Item Number Country of Origin (If known) (End of provision) 252-232-7010 -- Levies on Contract Payments - (a) 26 U.S.C. 6331(h) authorizes the Internal Revenue Service (IRS) to continuously levy up to 100 percent of contract payments, up to the amount of tax debt. (b) When a levy is imposed on a payment under this contract and the Contractor believes that the levy may result in an inability to perform the contract, the Contractor shall promptly notify the Procuring Contracting Officer in writing, with a copy to the Administrative Contracting Officer, and shall provide-(1) The total dollar amount of the levy; (2) A statement that the Contractor believes that the levy may result in an inability to perform the contract, including rationale and adequate supporting documentation; and (3) Advice as to whether the inability to perform may adversely affect national security, including rationale and adequate supporting documentation. (c) DoD shall promptly review the Contractor's assessment, and the Procuring Contracting Officer shall provide a written notification to the Contractor including- (1) A statement as to whether DoD agrees that the levy may result in an inability to perform the contract; and (2)(i) If the levy may result in an inability to perform the contract and the lack of performance will adversely affect national security, the total amount of the monies collected that should be returned to the Contractor; or (ii) If the levy may result in an inability to perform the contract but will not impact national security, a recommendation that the Contractor promptly notify the IRS to attempt to resolve the tax situation. (d) Any DoD determination under this clause is not subject to appeal under the Contract Disputes Act. (End of clause) 5352.201-9101 Ombudsman - (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Lt Col Rodger Phillips, phone number (808) 448-2901, facsimile number (808) 448-2912, e-mail: rodger.phillips@hickam.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. WIDE AREA WORKFLOW - RECEIPT AND ACCEPTANCE (WAWF-RA) ELECTRONIC RECEIVING REPORT AND INVOICING INSTRUCTIONS IN ACCORDANCE WITH DFARS 232.7002, USE OF ELECTRONIC PAYMENT REQUESTS IS MANDATORY. USE OF WAWF WILL SPEED UP YOUR PAYMENT PROCESSING TIME AND ALLOW YOU TO MONITOR YOUR PAYMENT STATUS ONLINE. THERE ARE NO CHARGES OR FEES TO USE WAWF. Requests for payments must be submitted electronically via the Internet through the Wide Area WorkFlow - Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Limestone at (800) 756-4571. Please have your order number and invoice number ready when contacting DFAS about payment status. You can also access payment information using the DFAS My Invoice web site at https://myinvoice.csd.disa.mil/index.html. THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR RECEIVING REPORTS, INVOICES AND ADDITIONAL E-MAILS CORRECTLY THROUGH WAWF. CONTRACT NUMBER: FA5215-XX-x-xxxx DELIVERY ORDER NUMBER: Not applicable TYPE OF DOCUMENT: Invoice & Receiving Report (Combo) CAGE CODE: code ISSUE BY DODAAC: FA5215 ADMIN DODAAC: FA5215 SERVICE ACCEPTOR / SHIP TO: F2CT61 LOCAL PROCESSING OFFICE: Leave Blank PAY OFFICE DODAAC: F67100 IN ORDER TO PROCESS PAYMENT, ONCE INVOICE IN WAWF IS DONE PLEASE SEND E-MAIL NOTIFICATIONS TO: CONTRACT ADMINISTRATOR: dolorine.skellington@hickam.af.mil ADDITIONAL NOTIFICATION: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provisions may be accessed electronically at this address: https://farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/15CONS/F2C1EC9212A001/listing.html)
 
Place of Performance
Address: Hickam Air Force Base, Hickam AFB, Hawaii, 96853, United States
Zip Code: 96853
 
Record
SN01952911-W 20090916/090914235738-83bec3770bbf31d5c5844b9bbbde80e7 (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.